SOURCES SOUGHT
70 -- TC Max Tracking System
- Notice Date
- 8/25/2015
- Notice Type
- Sources Sought
- NAICS
- 334614
— Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
- 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-B293
- Archive Date
- 9/12/2015
- Point of Contact
- Jeremy O. Boggs, Phone: 3214945682
- E-Mail Address
-
jeremy.boggs@us.af.mil
(jeremy.boggs@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/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-15-Q-B293 shall be used to reference any written responses to this source 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 334614. The size standard for NAICS is 750 employees. The requirement is to purchase an Asset Management Tracking System that inventories and tracks all tools, equipment and consumables. This standalone unit should be able to be configured to exact operational requirements as computer "talks" announcing what it is doing, enabling operator to perform other task without having to watch computer screen on every issue/turn in. The asset management tracking system should match the existing existing systems at two (2) geographically separated units (GSU) for operational and training purposes. CLIN Description Quantity Unit of Issue 0001 TCMax 10 seat license with ONE (1) Year Support 1 EA 0002 Datalogic Wireless 2D Scanner 10 EA 0003 Zebra GX430 Label Printer with one (1) roll of 5 EA Z-Extreme (1.5" x ½") label material and 1 roll Image locking ribbon 0004 TC MAX One day Training 1 EA 0005 Honeywell 6500 Pocket PC with TCMax mobile software 5 EA 0006 TCMax 10 Seat Annual Support for five (5) years 1 EA 0007 Shipping/Delivery 1 EA 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), 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., GSA Contract Number with expiration date and MAS (if applicable), and specifications/drawings regarding item(s). Responses may be submitted electronically to the following e-mail address: jeremy.boggs@us.af.mil. RESPONSES ARE DUE NO LATER THAN 28 August 2015, 4:00 P.M. Eastern Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B293/listing.html)
- Place of Performance
- Address: Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03855070-W 20150827/150826000050-9e769d898ce4149f12b3b877be89366c (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 |