Federal Bid

Last Updated on 12 Sep 2014 at 9 AM
Sources Sought
Patrick air force base Florida

Omni Antenna

Solicitation ID FA2521-14-Q-B323
Posted Date 22 Aug 2014 at 6 PM
Archive Date 12 Sep 2014 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 Patrick air force base Florida 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 number is FA2521-14-Q-B323 and 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 334220. The size standard for NAICS is 750 employees.

The requirement is to purchase 8 Omni Antennas for Radio Frequency fixed Monitoring system; Model EM-6853. Omnidirectional Wideband Antenna is a vertically-polarized broadband antenna operating from 300 MHz to 40 GHz for 1 ROPS RF Fixed Monitoring System

Salient Characteristics:

Electrical

Frequency Range: 300 MHz to 40 GHz

Polarization: Vertical

Output Impedance: 50W, nominal

Gain: 700 MHz - 40 GHz Nominal 0dBi or Greater

@ 100 MHz Nominal - 40 dBi

@ 300 MHz Nominal -7 dBi

Continuous Power: 5 W

Connector: Type "K" Female

-Mechanical

Diameter: 203.2 mm (8.0")

Height: 114.3 mm (4.5")

With connector: 123.8 mm (4.875")

Weight: 496 g (1.1 lbs)

The government is 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 busines (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: FA2521-14-Q-B323,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843.

RESPONSES ARE DUE NO LATER THAN 28 August 2014.

Bid Protests Not Available

Similar Past Bids

Cape canaveral Florida 19 Aug 2014 at 2 PM
Dyess air force base Texas 26 Aug 2013 at 4 PM
Fort meade Maryland 09 May 2018 at 6 PM
Location Unknown 29 Jun 2018 at 12 AM
Clifton Arizona 29 Jul 2014 at 4 PM

Similar Opportunities

Columbus Ohio 14 Jul 2025 at 4 AM
Shaw air force base South carolina 30 Jul 2025 at 6 PM