SOURCES SOUGHT
41 -- Air Conditioner for Mobile Laboratory
- Notice Date
- 8/1/2013
- Notice Type
- Sources Sought
- NAICS
- 336390
— Other Motor Vehicle Parts Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-13-Q-B091
- Archive Date
- 8/24/2013
- Point of Contact
- Keona L Greene, Phone: 3214949958, Linda M Penuel, Phone: 321-494-7573
- E-Mail Address
-
keona.greene@us.af.mil, linda.penuel@us.af.mil
(keona.greene@us.af.mil, linda.penuel@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOURGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and is not to be construed as a commitment by the Government. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 336390. The size standard for NAICS is 750. The requirement is to supply two (2) air conditioning units to be installed on a 40' trailer. Units must meet the minimum specifications: Marvair or "Equal" Wall Mount Vertical Package Nominal Cooling: 60,000 BTUH Heating: 5 kw High Efficiency: 9.0 Seer rating R140A Refrigerant Extreme Duty: Allows operation in extremly cold and hot ambient conditions from 0 F to 130 F Coastal Environment Operation: Unit needs to be resistant to corrosion as it will be operated near an ocean or seacoast. Power Supply = 208/230V 1p 60Hz Dimensions Approx: 41"W X 94"H X 28"D Installation should be included in price. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil Please provide the GSA contract number if applicable to this requirement. Submit capabilities packages by mail to 45 CONS/LGCB, Attn: FA2521-13-Q-B091, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238 or email 45cons.lgcb.e-bids@us.af.mil. RESPONSES ARE DUE NO LATER THAN 30 JUL 13 @ 11:59 a.m. Eastern Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-13-Q-B091/listing.html)
- Place of Performance
- Address: 1030 S Hwy A1A, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03134870-W 20130803/130802000117-ea9e66da01dae160b0e3f6ca83a9819e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |