SOURCES SOUGHT
N -- Window Film/Tinting
- Notice Date
- 8/21/2017
- Notice Type
- Sources Sought
- NAICS
- 238150
— Glass and Glazing Contractors
- 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
- FA2521-17-Q-B268
- Point of Contact
- Terrell Phillips, Phone: 3214949200, Iris Dagani, Phone: 3214946287
- E-Mail Address
-
terrell.phillips.1@us.af.mil, iris.dagani@us.af.mil
(terrell.phillips.1@us.af.mil, iris.dagani@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought announcement market survey for information purposes only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT. The 45th Space Wing has been tasked to solicit for and award a service requirement in support of the Air Force Technical Applications Center (AFTAC) facilities located on Patrick Air Force Base (PAFB), Florida. The services required are to provide and perform the installation of a SD 2500/SD2510 window film or approved equal at the AFTAC facilities, which include Areas A, B, and C (Headquarters, HQ), and the E (Radiological Lab). The SD 2500/SD2510 or approved equal shall meet the TEMPEST requirements for the directive ICD 705 and the DoD Infrared and Radio Frequency Emanation Protection Standards. The product shall be ASTM F3057-14 tested and exceed IC requirements for RF attenuation. From a TSCM (Technical Surveillance Counter-Measure) perspective, the films should mitigate the largest amount of eavesdropping and espionage threats. Square Footage (SF) for HQ Areas A, B, & C and Area E consists of approximately 22,300 Square Feet. Contractor shall verify quantity of materials required to cover all windows in HQ Areas A, B, & C and Area E. Contractor shall have set hours between 0730 and 1600. Contractor shall be escorted at all times by the AFTAC personnel due to security requirement. Contractor shall meet escort to be badged in at the HQ AFTAC front lobby signed in and presented a visitor's white badge. There shall be no electronic equipment authorized to be in the AFTAC facilities, no phones, pagers or radios. The contractor shall provide a phased (5 phases) schedule approach to the work over the period of performance of 12 months from the award of the contract. Work areas will require a well-coordinated schedule with the users. Prior to submitting a phased schedule the contractor shall provide a well calculated number of windows to be covered within a specified time period. This will allow user to prepare areas for installation of film. The five phases are broken down into the following sections: (NOTE: all square footage is approximate and the contractor is responsible for calculating exact measurements) 1. Approx. 3,380 square feet: AFTAC/TL CRL Lab Windows (Bldg 10991) and 3rd floor DO Ops Area (Bldg 10989) 2. Approx. 4,120 square feet: Remaining 3rd floor Building 10989 3. Approx. 4,470 square feet: 2nd Floor, Building 10989 4. Approx. 5,410 square feet: 4th Floor, Building 10989 5. Approx. 4,920 square feet: 1st Floor, Building 10989 Customer is requesting a 10 year warranty for security window film material, providing for replacement of film if cracking, crazing, peeling, or inadequate adhesion occurs. A Site Visit will be conducted on 8 September 2017, 0900 hrs, please RSVP by 1 September 2017, 1600 hrs (4:00PM). Please RSVP to 45cons.lgcb.e-bids@us.af.mil. This Sources Sought Notice is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government nor will the Government pay for any information in response to this sources sought or any follow-up information requests. All small business, small disadvantage sources, and HUB Zone eligible entities should identify themselves as such. The applicable North American Industry Classification (NAICS) code is 238150. If you are seriously considering submitting a proposal when a solicitation is released, please submit a Statement of Capabilities and a brief information about your company and business size. The capabilities packages should not be longer than seven (7) pages including graphics, tables, or photographs. If your company has a GSA Contract number, please include that number in your capabilities statement. Please send information electronically by 1 September 2017, 1600 hrs (4:00PM) to 45cons.lgcb.e-bids@us.af.mil. Please reference the RFQ number (FA2521-17-Q-B268) and state whether you will be attending the site visit scheduled on 8 September 2017 at 0900 hrs. NOTE: All hours listed are local Eastern Standard Time (EST).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-17-Q-B268/listing.html)
- Place of Performance
- Address: Buildings 10991 and 10989, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN04637949-W 20170823/170821231436-e77c3bf2993898a870366e6c51e3ea7d (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 |