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-B111 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 331491. The size standard for NAICS is 750 employees.
GSA SIN/MAS 540 16
The requirement is to provide platinum wire is needed to support standard operating
procedures that use eletrodeposition.
Salient Characteristics:
a) Platinum wire needs to have the diameter of 0.040 inch or 1.016mm, 18 gauge
b) Platinum wire needs to be at least 99.95% pure
c.) Platinum wire- 200ft
What is the purpose of the item(s): Platinum wire is needed to support standard operating
procedures that use eletrodeposition. Platinum wire needs to be a specific lenth and
width. The 99.95% pure is in order to avoid contamination of samples and halting the
mission.
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.).
Commodity Capabilities package: 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).
Responses may be submitted electronically to the following e-mail address:
[email protected] and
[email protected].
RESPONSES ARE DUE NO LATER THAN 3:00 pm EST on 01 June 2016.
Bid Protests Not Available