Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2013 FBO #4326
AWARD

17 -- PACE Earphone

Notice Date
9/26/2013
 
Notice Type
Award Notice
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment 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-B100
 
Archive Date
9/27/2013
 
Point of Contact
Alexaner W. Wolf, Phone: 3214943938
 
E-Mail Address
Alexander.Wolf@patrick.af.mil
(Alexander.Wolf@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA2521-13-P-0101
 
Award Date
9/12/2013
 
Awardee
Warrior Edge, LLC
 
Award Amount
$29,559.56
 
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 334290. The size standard for NAICS is 750 EMP. The requirement consists of the following Warrior Edge Pace earphone (Brand name required. 0001, Pace earphone SPA7026A, # WHA98-424-008A, 92 Each 0002, SGL SMB-Pace Adaptor SPA7027A, # WHA98-424-009A, 92 Each 0003, In the Ear Cust Vented, # WHA98-424-004B, 72 Each 0004, In the Canal Cust Vented, # WHA98-424-004A, 72 Each The requirement is for individually custom molded earpieces that connect to our current flight helmets. The immediate impact is clearer communications increasing flight safety. This piece of personal protective equipment is essential to the safety and health of our flight crews. 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.). Capabilities package: 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 with Attn: FA2521-13-Q-B100. Please provide a GSA contract number if applicable to this requirement. RESPONSES ARE DUE NO LATER THAN 8 Aug 2013 at 1500 EST. Approved LINDA M. PENUEL Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/Awards/FA2521-13-P-0101.html)
 
Record
SN03204655-W 20130928/130927001613-20f63597401c8989d717a3526cfa27a0 (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.