SOURCES SOUGHT
59 -- Replacement Antennas
- Notice Date
- 8/1/2016
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment 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
- FA2521-16-Q-B193
- Archive Date
- 8/20/2016
- Point of Contact
- Sarah McCreary, Phone: (321)-494-9958, Tricia Hatcher, Phone: (321) 494-3668
- E-Mail Address
-
sarah.mccreary.1@us.af.mil, tricia.hatcher@us.af.mil
(sarah.mccreary.1@us.af.mil, tricia.hatcher@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 solicitation number is FA2521-16-Q-B193 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 334220. The size standard for NAICS is 1250 employees. The requirement is to provide GSA SIN/MAS 70/132 8 The requirement is to purchase the New Antennas (UHF (9), VHF (10) and VHF/UHF/VHF (1) (Multiple Dipole) and associated mounting hardware for all Patrick UHF/VHF ground-to-air radio antennas and one failed antenna at the Cape receiver site. CLIN Requirement QTY UI 0001-AA VHF/VHF Multiple Dipole Antenna 156L X 11W (IN) 10 EA 0002-AA UHF/UHF Multiple Dipole Antenna 89L X 9.5W (IN) 9 EA 0003-AA VHF/UHF/VHF Multiple Dipole Antenna 91L X 9.5W (In) 1 EA Salient Characteristics: a. 156L X 11W (IN), VHF/VHF Multiple Dipole Antenna (10 ea.) with frequency range 116 MHz - 150 MHz. The Multiple Dipole Collinear Array concept must be specifically developed for ground-air-ground, air traffic control and associated vehicular and base communication applications. This is a dual VHF antenna b. 89L X 9.5W (IN), UHF/UHF Multiple Dipole Antenna (9 ea.) with frequency range 225 MHz - 400 MHz. The Multiple Dipole Collinear Array must be specifically developed for ground-air-ground, air traffic control and associated vehicular and base communication applications. This is a dual UHF antenna. c. 191L X 9.5W (IN), VHF/UHF/VHF Multiple Dipole Antenna (1 ea.). The Multiple Dipole Collinear Array must be specifically developed for ground-air-ground, air traffic control and associated vehicular and base communication applications. This is a dual VHF antenna with frequency range 116 MHz - 150 MHz and single UHF antenna with frequency range 225 MHz - 400 MHz. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! 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 ontemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. Please provide the GSA contract number applicable to this requirement. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil and sarah.mccreary.1@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-16-Q -B193,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238. RESPONSES ARE DUE NO LATER THAN 5 AUG 16, @ 2:00 PM EASTERN STANDARD TIME.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-16-Q-B193/listing.html)
- Place of Performance
- Address: Patrick Air Force Base, Cape Canaveral Air Force Station, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN04203106-W 20160803/160801234552-31b4fc8699eccd1b42cc40b347ead7da (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 |