Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2022 SAM #7531
SOURCES SOUGHT

84 -- Constant Wear Aviation Dry Suit

Notice Date
7/12/2022 6:39:55 AM
 
Notice Type
Sources Sought
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
FA2521 45 CONS LGC PATRICK SFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
FA252122QB062
 
Response Due
7/18/2022 9:00:00 AM
 
Point of Contact
2d Lt Heeyeun Joo, Phone: 3214949516, Heather Hanks, Phone: 3214947092
 
E-Mail Address
heeyeun.joo.1@spaceforce.mil, heather.hanks.2@spaceforce.mil
(heeyeun.joo.1@spaceforce.mil, heather.hanks.2@spaceforce.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT:� THIS IS NOT A NOTICE OF A REQUEST FOR QUOTE BUT FOR INFORMATION AND PLANNING PURPOSES ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for the information requested or costs incurred in developing the information provided to the Government. The anticipated Request for Quotation (RFQ) number FA252122QB062 shall be used to reference any written responses to this sources sought. Patrick Space Force Base anticipates a requirement being considered for a small business set-aside program. The proposed North American Industry Classification Systems (NAICS) Code is 315990, the size standard of which is 500 employees. GSA MAS Category: 339113PA This requirement is to provide 20 (EA) MSF300 Constant Wear Aviation Dry Suit System (2 Layer) for the 301st Rescue Squadron (301 RQS) at Patrick Space Force Base (PSFB), Florida. All items must be delivered no later than 12 weeks after receipt of order. Late delivery will not be accepted. Salient Characteristics: Part Number: MSF300 Color: Sage Manufacturer: Mustang Survival, Inc. Quantities of Sizes: - 2 Each (Small) - 5 Each (Medium) - 6 Each (Large) - 6 Each (X-Large) - 1 Each (XX-Large) The suits must be designed for over-water helicopter operations, 2-layer, constant wear, aviation dry suit for thermal and immersion exposure protection, adjustable neck seal, waterproof, breathable, flame retardant, anti-static outer shell, breathable and moisture wicking inner liner. Include in your capabilities package your UEI, Cage Code, System for Award Management (SAM) registration expiration date, GSA contract number and expiration date (if applicable). NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! 45 CONS is interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the 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. All interested firms should 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 use of foreign national employees on this effort. ATTENTION:� Although this is a Sources Sought notice only, interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or payment if the Government chooses to make an award.��Information on registration and annual confirmation requirements may be obtained via�http://www.sam.gov� Please submit the information electronically by 12:00 PM EST on 18 Jul 22 and reference RFQ # FA252122QB062 to the following: heeyeun.joo.1@spaceforce.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ef3824eecea442dc8193a2eaa77195da/view)
 
Place of Performance
Address: Patrick AFB, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN06386571-F 20220714/220712230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.