SOURCES SOUGHT
66 -- Ductless Fume Hoods
- Notice Date
- 5/7/2014
- Notice Type
- Sources Sought
- NAICS
- 332313
— Plate Work Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-14-Q-B135
- Archive Date
- 5/29/2014
- Point of Contact
- Paul D. Gingrich, Phone: 321-494-9516, Cheryl T. Witt, Phone: 321-494-4394
- E-Mail Address
-
paul.gingrich@us.af.mil, cheryl.witt@us.af.mil
(paul.gingrich@us.af.mil, cheryl.witt@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 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-B135 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 332313. The size standard for NAICS is 500 employees. The requirement is to provide the following. 0001 72" wide x 36" deep ductless polypropylene fume hood with automatic safety controller verticle safety glass sliding sash and vapor proof florescent light. 4 EA 0002-AA Bonded carbon filter for use with organic solvents, Hydrocarbons, esters, and odors. 16 EA 0003-AA HEPA filter for containment of particulate 16 EA 0004-AA Polypropylene unvented base cabinet 4 EA 0005-AA Pack of 12 PreFitters 4 PK Salient Characteristics: • Sash opening: vertical sliding sash. • Operating voltage: 110v • Vapor proof fluorescent lighting. • Non-metallic structural components and working surfaces to withstand corrosive environment and to allow process-specific decontamination protocols. • Max outer dimensions of hood and cabinet (Width/Height/Depth): 74'/100"/40" • Min inner dimensions of hood (Width/Height/Depth): 66"/36"/30'' • Base cabinets of matching size. A complete set of HEPA 1- activated carbon filters necessary for operation 1yr of pre-filters required (4 packs of l2ea). The fume hoods must operate using both HE PA and carbon filters simultaneously for control of specific radiological and chemical hazards. The fume hoods construction material must be suitable for use with extremely corrosive materials, incl uding strong inorganic acid, thus the sustained corrosion resistance of a polypropylene construction is required. 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. Please provide any specifications, drawings, etc. to show that all characteristics stated above. 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. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-14-Q -B135,1201 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 14 May 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-14-Q-B135/listing.html)
- Place of Performance
- Address: Patrick AFB FL, 32925, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03359844-W 20140509/140507234756-3bf083d5da279d966c7ad087b546149c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |