The Request for Quotation (RFQ) number is FA2521-16-Q-B225 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 334516 . The size standard for NAICS is 1,000 EMP.
The requirement is to provide:
0001 - EAB-239-47LB 47mm x 41mm Ad Pu239 150Bq for Gas Proportional Counter, 12, Each
0002 - EAB 090-47LB 47mm x 41mm AD Sr90 150Bq for Gas Proportional Counter, 12, Each
0003 - PIRBxxxxx 60mm x 3mm OD, 50mm AD Pu239 200Bq for Hand Held Survey Meter, 3, Each
0004 - SIRBxxxxx 60mm x 3mm OD, 50mm AD Sr90 500Bq for Hand Held Survey Meter, 3, Each
0005 - TCRBxxxxx 60mm x 3mm OD, 50mm AD Tc99 500Bq for Hand Held Survey Meter, 3, Each
0006 - GF-241-M 25.4mm OD x 3mm AD Am241 37kBq for Hand Held Survey Meter, 3, Each
0007 - GF-137-M 25.4mm OD x 3mm AD Cs137 37kBq for Hand Held Survey Meter, 3, Each
0008 - QCRB1072 50mm AD, 60mm x 3mm OD Mixed Gamma 40kBq for High Purity Germanium detector, 1, Each
0009 - QCRB1186 10mm AD, 54 x 3mm OD Mixed Gamma 40kBq for High Purity Germanium Detector, 1, Each
0010 - QCRB4136 10mm AD, 54 x 3mm OD NG4 Mixed Gamma 4 kBq for low level High Purity Germanium detector, 1, Each
GSA SIN/MAS: 66 141
Salient Characteristics:
None known.
What is the purpose of the item(s):
The ability to calibrate 12 alpha beta gas proportional counters, hand held survey meters, one low energy high purity gamma detector, and one high energy high purity gamma detector.
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, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings.
Responses may be submitted electronically to the following e-mail address: [email protected]; by mail to 45 CONS/LGCB, Attn: FA2521-16-Q-B225, 1201 Edward H. White II Street, Bldg. 423, Room N203, Patrick AFB, FL 32925-3238; or by Fax to 321-494-0039.
RESPONSES ARE DUE NO LATER THAN 11 Aug 16, 3:00 pm est.
Approved
CHERYL T. WITT
Contracting Officer