The Request for Quotation (RFQ) number is FA2521-15-Q-B280 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 337215. The size standard for NAICS is 500 employees.
The requirement is to purchase one thousand two hundred and forty (1,240) Scranton Products-manufactured lockers.
CLIN Description Quantity Unit of Issue
0001 Locker Frame 12" x 18" x 72" - 1 tier 85 Each
0002 Locker Frame 12" x 18" x 72 - Z style 315 Each
0003 Locker Base Upcharge 12" Wide 400 Each
0004 15" Deep End Panel 21 Each
0005 Locker Filler Face Panel 19 Each
0006 Slope Top Upcharge 12" x 15" Locker 400 Each
0007 Delivery 1 Each
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] AND [email protected].
RESPONSES ARE DUE NO LATER THAN 19 August 2015, 4:00 P.M. Eastern Standard Time.