Federal Bid

Last Updated on 11 Jun 2016 at 8 AM
Sources Sought
Rescue Virginia

Harris Radios & Kits

Solicitation ID FA2521-16-Q-B090
Posted Date 19 May 2016 at 8 PM
Archive Date 11 Jun 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa2521 45 Cons Lgc
Agency Department Of Defense
Location Rescue Virginia United states
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government.

The Request for Quotation (RFQ) number is FA2521-16-Q-B090 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 is 334220. The size standard for NAICS is 750 employees.

The requirement is to provide radio base station equipment.

CLIN Requirement                                                      Qty                Unit of Issue
0001 Radio Assy Type 1 Multiband Manpack with           7                   EA
GPS, WWB.
Manufacturer: Harris
Part # AN/PRC-117G(V)1(C)

0002 SW, Radio Option Mobile User Objective System    8                   EA
(MOUS)
Manufacturer: Harris
Part # 12043-8995-0012

0003 Kit, MUOS RF-3081 with 20W Diplexer                  8                   EA
PRC-117G.
Kit includes the following:
- Dismount Kit, Falcon III MP (RF-300M-DK001)
- Speaker, Tactical (RF-5980-SA001)
- Cable Assy, Speaker Audio, 9 feet (10535-0707-A009)
- Cable Assy, SPKR PWR, VAU (10535-0713-A009)
- Battery Eliminator, FIII Transceiver (RF-5910-PS005)
Manufacturer: Harris
Part # 12006-8010-01

NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!

What is the purpose of the item(s): Equipment is used to communicate through voice and data both line of site and over satellite with helicopters and other aircraft both at home station and deployed location. Equipment will be used primarily from rescue squadron operations center, but can also be used at deployed location(s).

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), 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, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings.

Responses may be submitted electronically to the following e-mail addresses: [email protected]; [email protected]; by mail to 45 CONS/LGCB, Attn: FA2521-16-Q-B090,1201 Edward H. White II Street, Bldg. 423, Room N-208, Patrick AFB, FL 32925-3238.

RESPONSES ARE DUE NO LATER THAN 27 May 2016.

Bid Protests Not Available

Similar Past Bids

Offutt air force base Nebraska 23 Aug 2010 at 12 PM
Rescue Virginia 26 Jul 2016 at 8 PM
Rescue Virginia 23 May 2016 at 6 PM
Rescue Virginia 28 Jul 2016 at 7 PM
Rescue Virginia 28 Jul 2016 at 6 PM

Similar Opportunities

Philadelphia Pennsylvania 20 Jul 2025 at 4 AM (estimated)
Mather California 19 Jul 2025 at 4 AM (estimated)