Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOURCES SOUGHT

61 -- Power Supply

Notice Date
8/15/2013
 
Notice Type
Sources Sought
 
NAICS
335311 — Power, Distribution, and Specialty Transformer 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-B135
 
Archive Date
9/6/2013
 
Point of Contact
Elizabeth A. Braun, Phone: 3214942888
 
E-Mail Address
elizabeth.braun@us.af.mil
(elizabeth.braun@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis: Power Supply SOURCES SOUGHT: 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 335311. The size standard for NAICS is 750. The requirements are: Item Quantity Unit Description 01 1 Each 19" wide rack with chassis slides; no depth/height size restrictions; 115V AC input; 6 linear regulated outputs at 12 V DC 2 amps (with overvoltage protection); input/output screw terminals; front panel with ‘on' indicator; 12 binding posttest points located on the front of unit Metering: Analog Voltmeter: Switchable Ammeter: Switchable 02 1 Each 19" wide rack with chassis slides; no depth/height size restrictions; 115V AC input; 3 linear regulated outputs at 24V DC 5 amps (with overvoltage protection); input/output screw terminals; front panel with ‘on' indicator; 6 binding posttest points located on the front of unit Metering: Analog Voltmeter: Switchable Ammeter: Switchable 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. (insert any other questions the customer would like to see.) 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.). Capabilities package for commodities only: 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 Submit capabilities packages by mail to 45 CONS/LGCB, Attn: FA2521-13-Q-B135,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238. RESPONSES ARE DUE NO LATER THAN 22 Aug 13.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-13-Q-B135/listing.html)
 
Place of Performance
Address: 4150 Dow Road, Melbourne, Florida, 32940, United States
Zip Code: 32940
 
Record
SN03150462-W 20130817/130815235658-043b80bf147424ae21c4183f501ffbef (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.