Federal Bid

Last Updated on 28 Aug 2015 at 8 AM
Sources Sought
Location Unknown

Fishing Boat

Solicitation ID FA2521-15-Q-B298
Posted Date 29 Jul 2015 at 8 PM
Archive Date 28 Aug 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa2521 45 Cons Lgc
Agency Department Of Defense
Location United states

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-B298 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 336612.  The size standard for NAICS is 500 employees.   

The requirement is for a 16 foot skiff boat with trailer. The fishing boat will be used to support outdoor recreation activities at Patrick AFB, FL.  

CLIN      Requirement                                                                   Qty             Unit of Issue

0001    16 Foot boat with 40 ELPT Mercury motor                        1               Each

0002    Dealer prep with shipping cover                                          1               Each

0003    Mako boat cover                                                                1               Each

 

Salient Characteristics:

There are no known salient characteristics for the fishing boat.

 

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 shall 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 us of foreign national employees on this effort. 

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: FA2521-13-Q-B298,1201 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 AUGUST 13, 2015.  3:00pm E
Bid Protests Not Available

Similar Past Bids

Location Unknown 08 Aug 2014 at 11 PM
Location Unknown 08 Sep 2015 at 4 PM
Location Unknown 08 Apr 2019 at 12 AM
Sand point Alaska 27 Jun 2016 at 4 PM
Canada Kentucky 20 Jul 2021 at 4 AM