Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 29, 2025 SAM #8524
SOURCES SOUGHT

N -- JB MDL 2025 Open House Air Show - Weapon Detection System

Notice Date
3/27/2025 6:06:18 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FA4484 87 CONS PK JB MDL NJ 08641 USA
 
ZIP Code
08641
 
Solicitation Number
FA448425Q0015
 
Response Due
3/31/2025 2:00:00 PM
 
Archive Date
04/15/2025
 
Point of Contact
TSgt Nicholas Brown, Phone: 6097544726, Patrick S. Duff, Phone: 6097544852
 
E-Mail Address
nicholas.brown.72@us.af.mil, patrick.duff.5@us.af.mil
(nicholas.brown.72@us.af.mil, patrick.duff.5@us.af.mil)
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) FA4484-25-WEAPONS DETECTION SYSTEMS The United States Air Force, 87 CONS, Joint Base McGuire Dix Lakehurst, NJ is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran- Owned (SDVO) small businesses that are capable of providing Weapon Detection Systems as defined in the attached Performance Work Statement. Firms that respond shall specify that their services meet the specifications provided in the attachment below and provide detailed information to show clear technical compliance. Detailed Specifications are listed in the attachment identified below: All interested firms shall submit a response demonstrating their capability to meet the requirement IAW the attached Performance Work Statement to both Point of Contacts listed below. 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 (Request for Quotes) currently exists; therefore, please do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 561621 � Security Systems Services (except Locksmiths) with a size standard of $25 million. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, or HUBZone). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. 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 assessment 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 program. To ensure your response along with any and all attachments are received, attachment(s) must be less than 10 MB [in total]. It is the responsibility of the respondent to contact the government to confirm receipt prior to the offer due date and time. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required service. The capabilities package should be brief and concise yet clearly demonstrate an ability to meet the stated requirements. Responses may be submitted electronically to the following e-mail address: nicholas.brown.72@us.af.mil. All correspondence sent via email shall contain a subject line that reads �FA4484-25-WEAPONS DETECTION SYSTEMS�. If this subject line is not included, the email may not get through email filters at JB MDL. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc,.docx,. xsls or .xls documents are attached to your email. All other attachments may be deleted. Responses shall be emailed to: 87 CONS Primary POC � TSgt Nicholas Brown Email: nicholas.brown.72@us.af.mil Phone: 609-754-4726 and 87 CONS Secondary POC � Patrick Duff Email: patrick.duff.5@us.af.mil Phone: 609-754-5937 RESPONSES ARE DUE NO LATER THAN 31 March 2025 BY 5:00 PM Eastern Daylight Time. Please direct all questions concerning this sources sought to TSgt Nicholas Brown nicholas.brown.72@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/43d00ac56d524fd5a5ec65c46a7f213b/view)
 
Place of Performance
Address: Joint Base MDL, NJ 08641, USA
Zip Code: 08641
Country: USA
 
Record
SN07389611-F 20250329/250327230053 (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.