Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2025 SAM #8538
SOURCES SOUGHT

61 -- Hubbell Plug and Recepticle

Notice Date
4/10/2025 10:51:41 AM
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
FA2521 45 CONS PK PATRICK SFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
FA252125QB082
 
Response Due
4/21/2025 9:00:00 AM
 
Archive Date
05/06/2025
 
Point of Contact
Cynthia Whittaker, Ayden McCollough
 
E-Mail Address
cynthia.whittaker@spaceforce.mil, ayden.mccollough.1@spaceforce.mil
(cynthia.whittaker@spaceforce.mil, ayden.mccollough.1@spaceforce.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 PROPOSAL OR 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 FA252125-QB-082 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 335999. The size standard for this proposed NAICS is 600 employees. Description: The requirement is to provide three (3) frequency converter plugs; Part number: GDU-D1028-31PL-28 and three (3) frequency converter receptacle; Part number: CDU-B1728-31SL-BL. Salient Characteristics: See attachment one (1), Labeled Salient Characteristics for information regarding the requirements for this item. 45 CONS is 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, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. 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. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! 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.� DISCLAIMER: This Sources sought notice is not a solicitation. This notice is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this notice that is marked ""proprietary"" will be handled accordingly. Responses to the sources sought notice will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offerors and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice. The Government does not guarantee any action beyond this notice. The Government may not respond to questions posed in Industry responses. ATTENTION: Although this is a Sources Sought notice only, interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or payment if the Government chooses to make an award. Information on registration and annual confirmation requirements may be obtained via http://www.beta.sam.gov Please submit the information electronically in PDF format by 21 Apr 2025 and reference RFQ # FA2521-25-QB082 to the Contracting Officer Cynthia Whittaker; cynthia.whittaker@spaceforce.mil , and the Contract Specialist Ayden McCollough; ayden.mccollough.1@spaceforce.mil. Additionally submit your information to 45CONS.PKB.email@us.af.mil. Telephone responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/40bd2f0db7de4cddaa670fe0d93f2e8d/view)
 
Place of Performance
Address: Patrick AFB, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN07405522-F 20250412/250410230112 (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.