Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2018 FBO #6117
SOURCES SOUGHT

N -- Window Film - Phase 2 - RFQ Attachments - SOW Attachments

Notice Date
8/21/2018
 
Notice Type
Sources Sought
 
NAICS
238150 — Glass and Glazing Contractors
 
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
FA252118QT077
 
Archive Date
9/30/2018
 
Point of Contact
Iris Dagani, Phone: 3214946287
 
E-Mail Address
iris.dagani@us.af.mil
(iris.dagani@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW Attachment 3 - Existing Window Specs SOW Attachment 2 - LLumar Deluxe Spec Sheet SOW Attachment 1 - SD2510, Technical Spec Sheet RFQ Attachment 2 - Building Location & Layout RFQ Attachment 1 - Statement of Work SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is FA252118QT077 shall be used to reference any written responses to this source sought. 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 238150. The size standard for this NAICS is $15M. Requirement: Window Film Treatment - Phase 2 The contractor shall provide all labor, management, supervision, tools, material, and equipment require to perform the installation of a SD 2500/SD 2510 window film or approved equal at the Air Force Technical Applications Center (AFTAC) facilities, to include Areas A, B, & C (Headquarters, HQ). The SD 2500/SD 2510 or approved equal shall meet the TEMPEST requirements for the directive ICD 705 and the DoD Infrared and Radio Frequency Emanation Protection Standards. The product shall be ASTM F3057-14 tested and exceeds IC requirements for RF attenuation. From a TSCM (Technical Surveillance Counter-Measure) perspective, the films should mitigate the largest amount of eavesdropping and espionage threats. The film must match existing material. Salient Characteristics: Installation services for SD2510 or approved equal (that reject RF/IR/UV signals) resistant Window Film (WF) (see SOW Attach 1 - SD2510 Technical Specifications Sheet, and a LLumar ® Deluxe DL05GSRCDF Solar Control Film (See SOW Attach 2 - LLumar ® Deluxe DL05GSRCDF Specifications Sheet) to include the following: (a) Survey current condition and advise COR of any anticipated problems that would occur in installation of subject resistant window film. (b) Remove any material attached to the window which would prevent the application of new window film and prepare window for application (c) If automatic blinds impede installation of window film, contractor shall remove blinds. (d) Install RF resistive window film and Solar Control Film as a single application (See SOW Attach 3 - Existing Window Specifications for information on existing windows) Statement of work is attached (RFQ Attach 1 - SOW). Additionally, building location and project elevation and layout are attached for reference (RFQ Attach 2 - Building Location & Layout) Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! Purpose: Provide and install SD2510 or approved equal (that reject RF/IR/UV signals) resistance Window Film (WF). 45 CONS is interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the 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 SDVOSB, WOSB, EDWOSB, or 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." 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. 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. 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. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: iris.dagani@us.af.mil ; by mail to 45 CONS/PKB, Attn: FA252118QT077 1201 Edward H. White II Street, Bldg. 423, Room N203 Patrick AFB, FL 32925-3238. Telephone responses will not be accepted. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. RESPONSES ARE DUE NO LATER THAN 31 Aug 18 at 1400 hrs EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA252118QT077/listing.html)
 
Place of Performance
Address: 1020 South Patrick Dr, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN05048527-W 20180823/180821231500-5b83997207780f492c915aac47e2376b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.