Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2015 FBO #4925
SOURCES SOUGHT

66 -- Laboratory Chemicals

Notice Date
5/18/2015
 
Notice Type
Sources Sought
 
NAICS
325180 — Other Basic Inorganic Chemical 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
FA2521-15-Q-B078
 
Archive Date
6/13/2015
 
Point of Contact
Kenneth H. Carpenter, Phone: 3214947041
 
E-Mail Address
kenneth.carpenter.1@us.af.mil
(kenneth.carpenter.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT FOR INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-15-Q-B078 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 325180. The size standard for NAICS is 1,000 employees. The requirement is for the eleven chemicals listed in the table below. - Packaging requirement: the chemicals cannot be shipped in vermiculite packaging. - Size substitutions are not acceptable Item #. Description, Quantity ------------------------------------------- Item 1. 100g of 99% 2-hydroxyisobutyric acid, 40 each Item 2. 100g of 99% ACS Potassium Thiocyanite, 2 each Item 3. 6 x 1L of 10M Sodium Hudroxide vol. std, 12 each Item 4. 500mL of 90% Red, Fuming Nitric Acid, 10 each Item 5. 454g of 8 mesh drierite with indicator, 8 each Item 6. 100g of 99.5% ACS Bromine, 5 each Item 7. 1kg of Anhydrous Reagent Sodium Sulfite, 1 each Item 8. 50g of Nitron, 1 each Item 9. 25g of ACS chloroplatinic acid hexahydrate, 3 each Item 10. 25g of ACS Methyl Red Acid crystals, 4 each Item 11. 6 x 2.5L of ACS Ammonium Hudroxide, 2 each Items are to be used in a laboratory environment to execute the chemical manipulations necessary to produce pure samples for analysis. 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), 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. 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 fax to 321-494-1843, or by mail to 45 CONS/LGCB Attn: FA2521-15-Q-B078 1201 Edward H. White II Street, Bldg. 423, Room N206 Patrick AFB, FL 32925-3238 RESPONSES ARE DUE NO LATER THAN: 05/29/2015 / 4:00 PM EST
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B078/listing.html)
 
Place of Performance
Address: Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03734473-W 20150520/150518234949-daaee3f2779ac463b05dab3c02125425 (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.