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.
MacDill 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 is 332312. The size standard for NAICS 332312 is 500 employees.
The requirement is to provide:
CLIN 0001: Pre-Engineered Building, Modified Warehouse Storage P.E.B./Qty: 01-. Modular room. —SAFE Structure Designs, SAFE-MOU204X92
to be considered “equal”, offered products must meet the following salient functional, physical and performance characteristics:
CLIN 0002: Plywood Rack/Qty: 01 – Moveable rack to store 4 ft x 8ft sheets of plywood —SAFE Structure Designs, SAFE-10PWR-S
To be considered “equal”, offered products must meet the following salient functional, physical and performance characteristics:
CLIN 0003: Large ISU 70 Bin Rack/Qty: 05 – Stackable ISU 70 Rack — SAFE Structure Designs, part number SAFE-5LISUR-S
To be considered “equal”, offered products must meet the following salient functional, physical and performance characteristics:
CLIN 0004: Small ISU 70 Bin Rack /Qty: 03 - Stackable ISU 70 Rack — SAFE Structure Designs SAFE-SISUR-S (or Equal)
To be considered “equal”, offered products must meet the following salient functional, physical and performance characteristics:
CLIN 0005: Accessory Rack/Qty: 05 – Rack to hold aircraft equipment — SAFE Structure Designs SAFE-5AR-S
To be considered “equal”, offered products must meet the following salient functional, physical and performance characteristics:
We are considering a small business set aside 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, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER. 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. 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 address: [email protected] and [email protected] RESPONSES ARE DUE NO LATER THAN May 19th, 2021 at 10:00 am EST.