SOURCES SOUGHT
58 -- PKA - Pole Mounted Emergency Call box - 6 ARW
- Notice Date
- 9/12/2022 9:29:20 AM
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- FA4814 6 CONS PK TAMPA FL 33621-5119 USA
- ZIP Code
- 33621-5119
- Solicitation Number
- FA481422TF081
- Response Due
- 9/16/2022 7:00:00 AM
- Archive Date
- 09/16/2022
- Point of Contact
- SSgt Cameron Nunes, Phone: 8138281375
- E-Mail Address
-
cameron.nunes@us.af.mil
(cameron.nunes@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OR REQUEST FOR QUOTATION 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 information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is FA481422TF081 and shall be used to reference any written responses to this source sought. MacDill 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 334220. The size standard for NAICS is 1,250 employees. The requirement is to provide: Pole mounted emergency call box with AED compartment installation Statement of Need is attached Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings. We are interested in any size business that is capable of meeting this requirement. All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. 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. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: Cameron.nunes@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 16 Sep 2022 @ 10:00 AM ET.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/94f19e762603400daeec45cd88d04ded/view)
- Place of Performance
- Address: Tampa, FL 33621, USA
- Zip Code: 33621
- Country: USA
- Zip Code: 33621
- Record
- SN06462248-F 20220914/220912230129 (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 |