Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2020 SAM #6736
SOURCES SOUGHT

61 -- RANS Solar Project

Notice Date
5/7/2020 12:27:57 PM
 
Notice Type
Sources Sought
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
FA4897 366 FAS PKP MOUNTAIN HOME AFB ID 83648-5296 USA
 
ZIP Code
83648-5296
 
Solicitation Number
FA489720QA030
 
Response Due
5/1/2020 1:30:00 PM
 
Archive Date
05/16/2020
 
Point of Contact
NICHOLAS DEFILIPPO, Phone: 2088283120, Carmela Hornbeck, Phone: 2088286477
 
E-Mail Address
nicholas.defilippo.3@us.af.mil, carmela.hornbeck@us.af.mil
(nicholas.defilippo.3@us.af.mil, carmela.hornbeck@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is FA489720QA030 and shall be used to reference any written responses to this source sought. Mountain Home 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 334413. The size standard for NAICS is 1,250 Employees The requirement is to provide: Installation of solar equipment. Salient Characteristics: The service being done consists of installation of the 6 solar panels on top of the metal roof of shelter. Contractor will also run necessary cables in order to supply proper power to the battery banks. Contractor is also responsible for constructing and installing the correct equipment to maintain the power at the remote site. Contractors are responsibly grounding all electronic devices to insure proper installation. The Contractor is also responsible for the complete installation of battery banks used to preserve the solar energy and provide power for the equipment. Contractors are responsible for properly installing and testing the remote generator service. The remote generator service needs to be able to have remote commands so that we can manually turn it on/off. Contractors are responsible for picking up all excess material. Contractors are responsible for leaving a detailed diagram of the electronic connection. Performance Work Statement (PWS) is attached. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings. What is the purpose of the item(s)? We are interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the 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, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteranowned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Commodity Capabilities package: 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. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail addresses: nicholas.defilippo.3@us.af.mil and carmela.hornbeck@us.af.mil. RESPONSES ARE DUE NO LATER THAN 01 May 2020 by 2:30 P.M. MST. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through beta.SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dc3f0a417d3a4929870429cfb529cde6/view)
 
Place of Performance
Address: Mountain Home AFB, ID 83648, USA
Zip Code: 83648
Country: USA
 
Record
SN05650936-F 20200509/200507230211 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.