Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:F2V4FM2073A001
SOURCES SOUGHT: THIS IS NOT A NOTICE OR REQUEST FOR QUOTATION BUT FOR INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted ...
SOURCES SOUGHT: THIS IS NOT A NOTICE OR REQUEST FOR QUOTATION BUT FOR 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 F2V4FM2073A001 and shall be used to reference any written responses to this source sought. MacDill 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 334516. The size standard for NAICS is 1,000 EMP The requirement is to provide: Hematology Analyzer Salient Characteristics: Please view attached statement of Need Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings. 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, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. 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. 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 address: ferguson.azille.1@us.af.mil Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 28 Mar 2022 at 11AM EST. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through GSA. Interested parties are responsible for ensuring they st up-to-date information regarding this acquisition.