The Request for Quotation (RFQ) number is FA2521-15-Q-B060 shall be used to reference any written responses to this sources 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 334290. The size standard for NAICS is 750 employees.
The requirement is to purchase an Infrared Perimeter Intrusion Detection (IPID) System Zone for the Vertifical Integration Facility (VIF) Vehicle Gate. Details are as follows;
Quantity Unit
0001 EQUIPMENT: IPID Model No. FA12.0.4-2.2/AFB 1 Ea
Includes Two 6" Squared "T" slotted poles 12.0' OA
with 12 (2) beam sensors 6 on each pole, cast base,
28 VDC power supply, battery backup in both poles,
connectors, cables, factory wired in a weatherproof
enclosure, anti-climb brackets and Top tamper. The
system shall be completely assembled and factory tested.
0002 ENGINEERING SUPPORT SERVICES: Includes 1 Ea
Site Specific Drawing, O/M manual and Packaging
(For the above quantity of zones).
0003 SHIPPING COST 1 Ea
Salient Characteristics: IPID System must be listed on the Air Force Non-Nuclear Intrusion Detection System (IDS) Equipment Approval Memorandum dated 22 Sep 14.
What is the purpose of the item: The (IPID) System provides a dependable security barrier of pulsed infrared beams to create multiple detection zones with a range of up to 1,000 feet. The solid state electronics are not affected by environmental conditions such as birds, small animals, snow, puddles, leaves, grass or mechanical vibrations. It works in rain, snow and fog, instantly identifying the intrusion zone via normally open or closed dry contacts that can be interfaced with any annunciator or data communication system. The IPID System do not false alarm. The system will only alarm if an object breaks the 3.54" diameter beam more than 98.5%. The system is completely assembled and tested.
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), SDB, 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 contemplated us of foreign national employees on this effort.
Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date.
Responses may be submitted electronically to the following e-mail address: [email protected]; by mail to 45 CONS/LGCB, Attn: FA2521-15-Q-B060, 1201 Edward H. White II Street, Bldg. 423, Room N207 Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843.
RESPONSES ARE DUE NO LATER THAN 30 APR 15