Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2020 SAM #6824
SOURCES SOUGHT

41 -- Replace Cooling Tower for Facility 991

Notice Date
8/3/2020 1:59:42 PM
 
Notice Type
Sources Sought
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
FA2521-20-Q-0028
 
Response Due
8/14/2020 12:00:00 PM
 
Archive Date
08/29/2020
 
Point of Contact
Capt Quanisha N. Barkley, Phone: 3214940449, Kimberly S. Horner, Phone: 3214940447
 
E-Mail Address
quanisha.barkley@us.af.mil, kimberly.horner@us.af.mil
(quanisha.barkley@us.af.mil, kimberly.horner@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATON BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA252120Q0028 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 333415. The size standard for NAICS is 1250 EMP. The requirement is to purchase a cooling tower replacement for Facility 991 at Patrick Air Force Base, FL. Salient Characteristics: See Attachment 1 What is the purpose of the item(s): To install necessary climate control equipment for an indoor facility on Patrick AFB. 45 CONS is interested in finding Small Businesses capable of manufacturing a product that will meet our needs, as by specification not brand name. In Accordance with the definition found in FAR 19.001 �Non-Manufacturer rule� we are looking for an offeror who manufactures an end product in the United States or its outlying areas. The government is also interested in all small businesses including 8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) and Women Owned Small Businesses (WOSB) that are interested in supplying 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 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. 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. All interested firms shall submit a capabilities package that explicitly demonstrates company capability to manufacture the product that will meet our needs, as by specification not brand name. 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. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Responses may be submitted electronically to the following e-mail address: quanisha.barkley@us.af.mil and kimberly.horner@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c8ad54fb45764367a1522dba62046618/view)
 
Place of Performance
Address: Patrick AFB, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN05743451-F 20200805/200803230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.