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-B221 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 811219. The size standard for NAICS is $20.5M.
The requirement is for equipment maintenance contract renewal to include parts supply
and replacement for EDAX Analytical Instrument. Maintenance will be performed on
the following pieces of equipment:
Salient Characteristics:
CLIN DESCRIPTION QTY UNIT
0001 Orbis PC Silicon Drift Detector (SDD) 1 Ea
(Catalog No. XRF-O4)
0002 Window Coverage (WINCOV) - Silicon Drift 1 Ea
Drift Detector (SDD) (Catalog No. S6-Opt-6)
NOTE: This equipment is the property of the EDAX Corporation.
Period of Performance: 29 Sep 15 - 28 Sep 16
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 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.
Include in your capabilities package your DUNS, Cage Code, and System for Award
Management expiration date., GSA Contract Number with expiration date and MAS (if
applicable), and specifications/drawings regarding item(s).
Responses may be submitted electronically to the following e-mail address:
[email protected]; by mail to 45 CONS/LGCB, Attn: FA2521-15-Q-B221,
1201 Edward H. White II Street, Bldg 423, Room N206, Patrick AFB, FL 32925-3238;
or by Fax to 321-494-1843.
RESPONSES ARE DUE NO LATER THAN 30 JUL 15, 3:00 PM EST.