Federal Bid

Last Updated on 29 Nov 2013 at 9 AM
Sources Sought
Eglin air force base Florida

Mini CDL & Mini T-CDL

Solicitation ID F1T0CY3120AG02A
Posted Date 30 Oct 2013 at 4 PM
Archive Date 29 Nov 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Eglin air force base Florida United states 32542
This is a SOURCES SOUGHT SYNOPSIS: This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. 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 SYNOPSIS. The Government will not award a contract solely on the basis of this Sources Sought Notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice or any follow up information requests.

The Air Force Test Center, Specialized Contracting Office, Eglin AFB, Florida, intends to negotiate on a sole source basis with L3 Communications Corporation, DBA Communications Systems West, 640 N 2200 W, Salt Lake City, UT 84116-2925 to provide 1 (each) Mini CDL 200 with associated cables, modems, and antennas and 1 (each) Mini T-CDL with associated cables, modems, and antennas, Deliverable to Eglin AFB, Florida no later than nine (9) months ARO on an FOB Destination Basis. Requirements are described in the attached Mini CDL/TCDL Salient Characteristics Specs Sheet.

The Government anticipates award of a Firm Fixed Price contract. The proposed North American Industry Classification System (NAICS) code for the future acquisition is 334220, with a small business size standard of 750 Employees. If qualified and interested, please submit an email/letter stating the name of your company, your interest, a Capabilities Statement, and your business size: indicating whether you are a small or large business for the purposes of the assigned NAICS code:

Offeror's response to this Synopsis shall be limited to 5 pages and shall include the following information:
-Offeror's name, address, point of contact, phone number, and e-mail address.
-Offeror's interest in bidding on the solicitation when it is issued.
-Offeror's capability to meet personnel requirements.
-Offeror's capability to perform a contract of this magnitude and complexity (include comparable work performed within the past 5 years -brief description of the project/service, customer name, timeliness of performance, customer satisfaction, and dollar value of the project/contract) -provide at least 3 examples.
-Offeror's type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a), etc.)
-Offeror's Joint Venture information if applicable -existing and potential

Purchase Request No. F1T0CY3120AG02A has been assigned and should be referenced on all correspondence regarding this announcement. Interested Offerors shall respond to this Sources Sought Synopsis no later than 14 November 2013. All interested contractors must ensure they are registered in the System for Award Management (SAM) database to be eligible for award of Government contracts. To register in SAM, go to http://www.sam.gov or call 1-866-606-8220 for assistance. Mail or email your response to AFTC/PZIE, Attn: Erik Syfert, Contract Specialist, 205 West D Ave, B350, Ste 414, Eglin AFB FL 32542 / Email address: [email protected] (alternate email: [email protected]) . EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.

NO TELEPHONE, WRITTEN NOTIFICATIONS OR REQUEST FOR SOLICITATION OR POSTING STATUS will be honored. This announcement is a Sources Sought for information and planning purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. No basis for claim against the Government shall arise from a response to the Sources Sought or Government use of any information provided. The Government reserves the right to consider a small business, 8(a), or any other set-aside arrangement as deemed appropriate in any future solicitation resulting from the response to this announcement.


See Attached Mini CDL/TCDL Salient Characteristics Specs Sheet

Bid Protests Not Available

Similar Past Bids

Colorado 27 May 2022 at 4 AM
Colorado 27 May 2022 at 4 AM
Louisiana 07 Apr 2022 at 4 AM
Location Unknown Not Specified
Massachusetts 14 Sep 2022 at 12 AM

Similar Opportunities

Augusta Georgia 18 Jul 2025 at 3 PM
San joaquin California 14 Jul 2025 at 4 AM
Washington 25 Jul 2025 at 3 PM