The Request for Quotation (RFQ) number is FA2521-16-P-B137 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
334220. The size standard for NAICS is 1,250 employees.
GSA SIN/MAS 602 1
The requirement is to procure the Q-Par slant antenna with frequency range from 2-18
GHz.
Salient Characteristics:
a) Q-Par slant antenna with frequency range from 2-18 GHz. QOM-ST-2-18-S- SG-R.
b) The antenna is slanted, covers a wide range of frequencies (2-18 GHz) with positive nominal
range up to 8.4 dBi, VSWR<2.5, omni-directions with wide vertical beam-width.
NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!
What is the purpose of the item(s): Q-Par slant antenna with frequency range from 2-18
GHz.
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), and any related specifications/drawings.
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 17 June 2016.