Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2015 FBO #4999
SOURCES SOUGHT

16 -- Javelin Odyssey Parachutes

Notice Date
7/30/2015
 
Notice Type
Sources Sought
 
NAICS
314999 — All Other Miscellaneous Textile Product 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-B296
 
Archive Date
8/22/2015
 
Point of Contact
Anthony T. Eubanks, Phone: 3214946289
 
E-Mail Address
anthony.eubanks@us.af.mil
(anthony.eubanks@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-B264 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 314999. The size standard for NAICS is 500 employees. The requirement is to provide the 308th RQS with a Javelin harness Odyssey Parachute system and associated accessories for free fall chutes that allow multiple configurations. Salient Characteristics: Procurement of the following additional Javelin Odyssey Parachutes with Options-Accessories as outlined for the 308th RQS: OSK Javelin Odyssey Harness/Container with options - 3 each J2K Javelin Odyssey Harness/Container with options - 1 each J4K Javelin Odyssey Harness/Container with options - 2 each J7K Javelin Odyssey Harness/Container with options - 2 each Optimum 143 RESERVE PARACHUTE (mates with Sabre2 150) - 3 each Optimum 160 RESERVE PARACHUTE (mates with Sabre2 170) - 1 each Optimum 176 (mates with Sabre2 190) - 2 each Optimum 253 RESERVE PARACHUTE (mates with Sabre2 260) - 2 each Sabre2 150 MAIN PARACHUTE (mates with Optimum 143) - 3 each Sabre2 170 MAIN PARACHUTE (mates with Optimum 160) - 1 each Sabre2 190 MAIN PARACHUTE (mates with Optimum 176) - 2 each Sabre2 260 MAIN PARACHUTE (mates with Optimum 253) - 2 each Vigil 2 model, 1 pin Automatic Activation Device - 8 each Pro Track Audible Altimeter - 10 each Neptune N3 Digital Altimeter - 10 each What is the purpose of the item(s): The purpose of this requirement is to aid the 308th RQS in Guardian Angel Weapon System Special Operations in accordance with Air Force Instruction 11-410. 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, System for Award Management expiration date, GSA contract number and expiration (if applicable). Responses may be submitted electronically to the following e-mail addresses: 45cons.lgcb.e-bids@us.af.mil and anthony.eubanks@us.af.mil. RESPONSES ARE DUE NO LATER THAN 7 Aug 15 12:00 p.m. EST. Approved CHERYL T. WITT Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B296/listing.html)
 
Record
SN03818364-W 20150801/150731001009-2267255f9b4f9df71bafa2d2dea5a08f (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.