Sources Sought Synopsis:
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL
BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute
a solicitation and is not to be construed as a commitment by the Government.
The solicitation number FA2521-14-Q-B076 shall be used to reference any written
responses to this sources 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 500 employees. The
requirement is the following manufactured by PerkinElmer.
1) Quantulus Ultra Low level Liquid Scintillation Counter (1220-003)
2) Install kit 1220 115V (10864781)
3) Unquenched Liquid Scintillation Counter standards 20mL (6008500)
4) Ultima Gold uLLT/sample 500mL (6013683)
5) Cyclone Computer System (7005364)
6) Sample rack (I220-10I)
7) New instrument online training & support (7009002)
8) Extended warranty+ IPM- Quantulus (RRDQUNTPOSI)
The government is 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 busines (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), SDB, 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.
Responses may be submitted electronically to the following e-mail address:
[email protected]; by mail to 45 CONS/LGCB, Attn: FA2521-14-Q -
B076,1201 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 17 Mar 2014, 1500 EST.
Bid Protests Not Available