Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2015 FBO #4984
SOURCES SOUGHT

78 -- Camping Tents / Sleeping Pads

Notice Date
7/15/2015
 
Notice Type
Sources Sought
 
NAICS
314910 — Textile Bag and Canvas Mills
 
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
FA2521-15-Q-B187
 
Archive Date
8/14/2015
 
Point of Contact
Kevin D. Brisco, Phone: 3214949506, Cheryl T. Witt, Phone: 321-494-4394
 
E-Mail Address
kevin.brisco@us.af.mil, cheryl.witt@us.af.mil
(kevin.brisco@us.af.mil, cheryl.witt@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL 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 FA2521-15-Q-B187 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 314910. The size standard for NAICS is 500 employees. The requirement is for tents and sleeping pads with the stated salient characteristics as follows: 4 each - 10' X 10' Recreational Sleeping Tents meeting the following specifications: Sleeps 6, Floor Size 10' x 10', Pack Size 8" x 26", Minimum Weight 23 lbs. 2 oz., Center Height 7', Frame 16 mm fiberglass & 19.5 mm steel, ring & pin, Full mesh roof, 1 Door, 4 Windows, Gear Loft, 8 Hang Loops, 1 Flashlight Loop, & 2 Storage Pockets. Tent to be constructed of the following; Walls - 75D 190T polyester taffeta, 1200 mm coated; Tent Fly - 75D 190T polyester taffeta, 1200 mm coated; Floor - 75D 190T polyester taffeta, 1200 mm coated; Mesh - 68D polyester no-see-um. Eureka® Copper Canyon 6 Cabin Style tent with vertical walls OR Equal. 8 each - 8'6" X 7'6" Recreational Sleeping Tents meeting the following specifications: Sleeps 4, Floor Size 8'6" X 7'6", Pack Size 5" x 24", Minimum Weight 9 lbs. 3 oz., Center Height 5', Frame 8.5/9.5 mm fiberglass, ring & pin, Full mesh roof, 1 Door, 2 Windows (1 in door, 1 in rear panel), 1 Gear Loft, 4 Gear Loft Loops, 1 Flashlight Loop, & 2 Storage Pockets. Tent to be constructed of the following; Walls - 75D 185T polyester taffeta, 800 mm coated; Tent Fly - 75D 185T StormShield® polyester, 800 mm coated; Floor - 75D 210T polyester taffeta, 800 mm coated; Mesh - 50D polyester no-see-um. Eureka® Tetragon 4 OR Equal. 15 each - Single-Chambered Sleeping Pad meeting the following requirements: R-Value 1.0; Weight - 2 lbs. 1 oz.; Size - 78" x 26"; Thickness - 2.75"; Tube Numbers - 7; Pack Size - 4" x 10"; Top Fabric - Soft-touch nonslip 75D x 150D peached polyester; Bottom Textile - 210D nylon; Integrated Pump; Valve - Brass; Inflation Time - 2.5 minutes. Eureka® Singlis ST Large OR Equal. The purpose of the items is to facilitate the Outdoor Rec family camping program. 45 CONS is interested in any size business that is capable of meeting this requirement. 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) Women Owned Small Businesses (WOSB) 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 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. 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), 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. 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. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date, GSA Contract Number with expiration date and MAS (if applicable), and specifications/drawings regarding item(s). Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil ; by mail to 45 CONS/LGCB, Attn: FA2521-15-Q-B187,1201 Edward H. White II Street, Bldg. 423, RoomN206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-9506. RESPONSES ARE DUE NO LATER THAN 30 Jul 15 at 3:00 PM Eastern Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B187/listing.html)
 
Place of Performance
Address: 1629 Atlas Avenue, Building 345, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03798062-W 20150717/150715235748-f919b729880e54eedb150f79bb119070 (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.