SOURCES SOUGHT
99 -- Keying System
- Notice Date
- 4/18/2016
- Notice Type
- Sources Sought
- NAICS
- 332510
— Hardware 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
- FA2521-16-Q-B067
- Archive Date
- 5/13/2016
- Point of Contact
- Evan R. Rauh, Phone: 3214940040, Tricia Hatcher, Phone: (321) 494-9937
- E-Mail Address
-
evan.rauh@us.af.mil, tricia.hatcher@us.af.mil
(evan.rauh@us.af.mil, tricia.hatcher@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 FA2521-16-Q-B067 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 332510. The size standard for NAICS is 750 Employees. The requirement is to provide GSA SIN/MAS: 246 36 Coremax keying system - Model # 1CX7X_X-4-2-626 - with 2EA Key Blanks, or equal - 7,000 EA. Salient Characteristics: The security cores come with patented pinning that will not engage, if the proper key is not used, to keep the key from opening the lock. The system comes with nationwide exclusivity that would eliminate anyone other than Patrick AFB lock shop from obtaining access to these specific cores and keys. The system should also come with a patent that will extend into the 202's to eliminate any other company from making keys that fit the cores. In addition, having nationwide exclusivity; would prevent other manufactures from duplicating the keys in the near future. The new keying system should come with 16,000 codes at no additional cost. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! What is the purpose of the item(s): We are looking for a small format, 150 spacing, seven-pin interchangable core/keying system with patented security pinning and nationwide exclusivity. It should meet the BEST small format interchangeable core format. 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.). 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: FA2521-16-Q-B067, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238. RESPONSES ARE DUE NO LATER THAN 28 April 2016 3:00 PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-16-Q-B067/listing.html)
- Place of Performance
- Address: TRANSPORTATION OFFICER - FB2520, RECEIVING SECTION, BLDG 822 BETWEEN 7:30AM-3:30PM, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN04087689-W 20160420/160418234834-9f99fa11709767dd47b55fd110043e36 (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 |