Federal Bid

Last Updated on 07 May 2020 at 7 PM
Sources Sought
Mountain home air force base Idaho

RANS Solar Project

Solicitation ID FA489720QA030
Posted Date 07 May 2020 at 7 PM
Archive Date 16 May 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4897 366 Fas Pkp
Agency Department Of Defense
Location Mountain home air force base Idaho United states 83648

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION

BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not

constitute a commitment by the Government. All information submitted in response to this

announcement is voluntary and the Government will not pay for information requested nor will it

compensate any respondent for any cost incurred in developing information provided to the

Government.

The Request for Quotation (RFQ) number is FA489720QA030 and shall be used to reference

any written responses to this source sought.

Mountain Home 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 334413. The size standard for NAICS is 1,250 Employees

The requirement is to provide: Installation of solar equipment.

Salient Characteristics:

The service being done consists of installation of the 6 solar panels on top of the metal

roof of shelter. Contractor will also run necessary cables in order to supply proper power to the

battery banks. Contractor is also responsible for constructing and installing the correct equipment

to maintain the power at the remote site.

Contractors are responsibly grounding all electronic devices to insure proper installation.

The Contractor is also responsible for the complete installation of battery banks used to preserve

the solar energy and provide power for the equipment. Contractors are responsible for properly

installing and testing the remote generator service. The remote generator service needs to be able

to have remote commands so that we can manually turn it on/off.

Contractors are responsible for picking up all excess material. Contractors are responsible

for leaving a detailed diagram of the electronic connection.

Performance Work Statement (PWS) is attached.

Include in your capabilities package your DUNS, Cage Code, System for Award Management

expiration date, and any related specifications/drawings.

What is the purpose of the item(s)?

We are interested in any size business that is capable of meeting this requirement.

Market research is being conducted to determine interest, capability, and socio-economic

category of potential sources for the 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, service-disabled

veteran-owned small business, HUBZone small business, woman-owned small business, veteranowned

small business, or small business) anticipated teaming arrangements, and a description of

similar services offered to the Government and to commercial customers.

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.

NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A

SUPPLIER OR MANUFACTURER!

Please note: All contractors doing business with the Federal Government must be registered in

the System for Award Management (SAM) database. The website for registration is

www.sam.gov.

Responses may be submitted electronically to the following e-mail addresses:

[email protected] and [email protected].

RESPONSES ARE DUE NO LATER THAN 01 May 2020 by 2:30 P.M. MST.

Future information about this acquisition, including issuance of a quotation and/or applicable

amendments, will be issued through beta.SAM.gov. Interested parties are responsible for

ensuring they have the most up-to-date information regarding this acquisition.

Bid Protests Not Available

Similar Past Bids

Mountain home air force base Idaho 26 May 2020 at 4 PM
Mountain home air force base Idaho 02 Jun 2021 at 8 PM
Mountain home air force base Idaho 07 May 2021 at 5 PM
Mountain home air force base Idaho 27 May 2021 at 7 PM
Mountain home air force base Idaho 25 May 2021 at 10 PM

Similar Opportunities

Philadelphia Pennsylvania 31 Jul 2025 at 8 PM
Crane Indiana 11 Jul 2025 at 8 PM
Indian head Maryland 11 Nov 2028 at 5 AM
Indian head Maryland 11 Nov 2028 at 5 AM