Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA481423TF046
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 FA481423TF046 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 333413, and the size standard is 500 people. The requirement is to provide the removal and replacement of Wood Shop Dust Collector for the 6th Force Support Squadron. Statement of Need is attached. 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, 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! 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: lovelyne.pascal@us.af.mil and rodney.bundy@us.af.mil. RESPONSES ARE DUE NO LATER THAN 06 APRIL 2023. ALL RESPONSES MUST INDICATE WHICH PLATFORM THEY ARE RESPONDING FROM (IE: GSA, 2GIT, SAM, etc.)