Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2014 FBO #4584
SOURCES SOUGHT

84 -- Survival Vests - Attachment 1

Notice Date
6/11/2014
 
Notice Type
Sources Sought
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 92 CONS, BLDG 2451, 110 W ENT ST, STE 200, FAIRCHILD AFB, Washington, 99011-8568, United States
 
ZIP Code
99011-8568
 
Solicitation Number
FA4620-14-T-A000
 
Archive Date
7/3/2014
 
Point of Contact
Susan D. Dalton, Phone: 5092472234, Hilary A. Swanson, Phone: 509-247-4885
 
E-Mail Address
susan.dalton@us.af.mil, hilary.swanson@fairchild.af.mil
(susan.dalton@us.af.mil, hilary.swanson@fairchild.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Survival Vest Salient Characteristics 1. THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUCEMENT FOR INFORMATION PURPOSES ONLY. This notice DOES NOT constitute a Request for Quote or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. 2. The United States Air Force (USAF) has a requirement for the purchase of Survival Vests. The Government is performing market research primarily to determine if there are firms possessing the capability to execute the requirements of this announcement. The Government is looking for vests units that meet the salient characteristics listed in Attachment 1. Therefore, we invite all business concerns to provide product statements and/or a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation costs. 3. If your firm would be interested in supplying this product, you are strongly encouraged to submit a capability statement that addresses, as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. North American Industry Classification System (NAICS) Code 315990 is applicable to this acquisition. The small business size standard for this NAICS is 500 employees. 4. The USAF is looking for companies who can provide the required item. It is imperative that interested companies identify if they are providing an "or equal item" to include the appropriate documentation to determine if it meets the salient characteristics. 5. Contractors who can provide the vests should submit in writing an affirmative response which includes as a minimum the following information: a. What is the name of your business? b. What is your business address? c. What is your business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 315990, Apparel Accessories and Other Apparel Manufacturing? Standards and conditions apply. d. Identify any projects completed in the past for the same or similar items to help determine your firm's capability in meeting the requirement for the items listed. Include any government contracts (Federal, State, or local) that you have been awarded for this type of requirement. Also, include the contract number and a government point of contact. Is this item available under a GSA schedule? Please identify whether or not you are a manufacturer or a supplier. Are there any barriers to properly quoting and providing delivery for the item listed. 6. All responsible sources are encouraged to submit a capability statement response to this announcement. All such responses will be considered by the agency. Responses can be submitted electronically using the following address: Susan.Dalton@us.af.mil; and Hilary.Swanson@us.af.mil. 7. All responses shall be received by 12:00 PM local time on 16 June 2014. Responses shall be no more than 10 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government will only review the first 10 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will be considered. Questions concerning this announcement shall be submitting in writing via email to both Contract Specialist (Susan.Dalton@us.af.mil) and Contracting Officer (Hilary.Swanson@us.af.mil ) by 12:00 PM local time on 16 June 2014. The Government does not intend to rank submittals or provide any reply to firms as it relates to the Government's review of the data submitted in response to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/92CONS/FA4620-14-T-A000/listing.html)
 
Place of Performance
Address: Fairchild AFB, Fairchild AFB, Washington, 99011, United States
Zip Code: 99011
 
Record
SN03392040-W 20140613/140611235132-d23a70898f71685e5bf50ff29c9c798d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.