SOURCES SOUGHT
69 -- Range Target Retrieval System
- Notice Date
- 5/12/2020 11:08:28 AM
- Notice Type
- Sources Sought
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- FA6712 911 AW LGC CORAOPOLIS PA 15108-4495 USA
- ZIP Code
- 15108-4495
- Solicitation Number
- FA6712-20-RFI-Range_Target_System
- Response Due
- 5/26/2020 11:00:00 AM
- Archive Date
- 06/10/2020
- Point of Contact
- Paul Davisson, Phone: 4124748124
- E-Mail Address
-
Paul.davisson@us.af.mil
(Paul.davisson@us.af.mil)
- 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 Sources Sought number is FA6712-20-RFI-Range_Target_System and shall be used to reference any written responses to this source sought. GSA Schedule holders please indicate contract number/schedule number. Pittsburgh Air Reserve Station, Coraopolis, PA anticipates a requirement for purchase and installation of an automated Range Retrieval System at its small arms firing range.� The North American Industry Classification Systems (NAICS) Code proposed is either 333920 � Sporting & Athletics Good Manufacturing. The size standard for NAICS is 750 employees. ��� The anticipated requirement is to provide: � � �1. Services to remove existing SRET Automated Target system � � � �2. Purchase and installation of a new state of the art range retrieval system rated for exterior use, 22 firing points at 25m each, (1) master control panel, rifle rated turning targets, weather proofing of all exposed electrical wiring, warranty, annual maintenance plan, initial user training and technical / software support. Firing Range is located at 790 Bocktown Cork Rd, Clinton, PA� 15026. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications. 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, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. 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! No assumptions will be made regarding capabilities. Firms must submit sufficient information to assist the Contracting Officer in making a determination regarding capabilities. 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 Paul Davisson at paul.davisson@us.af.mil Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 05/26/2020 at 2:00pm Eastern. Based on response to this Sources Sought, future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through Government Point of Entry being either https://beta.sam.gov Contracting Opportunities (formerly FBO) or GSA E-Buy.� 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/60ac34abf4fc452ab139d411549c57d2/view)
- Record
- SN05655285-F 20200514/200512230157 (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 |