SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION
BUT 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 FA489720QA030 and shall be used to reference
any written responses to this source sought.
Mountain Home 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 334413. The size standard for NAICS is 1,250 Employees
The requirement is to provide: Installation of solar equipment.
Salient Characteristics:
The service being done consists of installation of the 6 solar panels on top of the metal
roof of shelter. Contractor will also run necessary cables in order to supply proper power to the
battery banks. Contractor is also responsible for constructing and installing the correct equipment
to maintain the power at the remote site.
Contractors are responsibly grounding all electronic devices to insure proper installation.
The Contractor is also responsible for the complete installation of battery banks used to preserve
the solar energy and provide power for the equipment. Contractors are responsible for properly
installing and testing the remote generator service. The remote generator service needs to be able
to have remote commands so that we can manually turn it on/off.
Contractors are responsible for picking up all excess material. Contractors are responsible
for leaving a detailed diagram of the electronic connection.
Performance Work Statement (PWS) is attached.
Include in your capabilities package your DUNS, Cage Code, System for Award Management
expiration date, and any related specifications/drawings.
What is the purpose of the item(s)?
We are interested in any size business that is capable of meeting this requirement.
Market research is being conducted to determine interest, capability, and socio-economic
category of potential sources for the 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, service-disabled
veteran-owned small business, HUBZone small business, woman-owned small business, veteranowned
small business, or small business) anticipated teaming arrangements, and a description of
similar services offered to the Government and to commercial customers.
Commodity Capabilities package: 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.
NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A
SUPPLIER OR MANUFACTURER!
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 addresses:
[email protected] and [email protected].
RESPONSES ARE DUE NO LATER THAN 01 May 2020 by 2:30 P.M. MST.
Future information about this acquisition, including issuance of a quotation and/or applicable
amendments, will be issued through beta.SAM.gov. Interested parties are responsible for
ensuring they have the most up-to-date information regarding this acquisition.