Inactive
Notice ID:FA500419Q9001
This is a SOURCES SOUGHT/REQUEST FOR INFORMATION NOTICE only for the purpose of Market Research. Response to this notice will be used for information and planning purposes. No proposals or quotes are ...
This is a SOURCES SOUGHT/REQUEST FOR INFORMATION NOTICE only for the purpose of Market Research. Response to this notice will be used for information and planning purposes. No proposals or quotes are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS or QUOTES and NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This notice shall NOT be construed as solicitation or as an obligation on the part of the Department of the Air Force. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Proposed work to be performed under the aforementioned contract is anticipated to be within the following North American Industry Classification System (NAICS) codes as follows 339920: Sporting & Athletic Goods Manufacturing, the Size Standard is 750 people. 541330: Engineering Services, the Size Standard is $15.0 Million 561910: Packaging and Labeling Service, the Size Standard is $11.0 Million. The government is looking for businesses capable of delivering the following. Services to condense/compress a -20 degree sleeping bag into the desired dimensions for an artic survival kit without degrading the integrity of the sleeping bag. Basic dimensions listed below. See Attachment for more details. A Synthetic bag is preferred but will accept Down as long as the integrity of the bag is not degraded. Minimum requirements (inches): 8.5 L X 6.25 W X 7.25 H Idealistic dimensions u-shape (inches): 16 L X 3.5 W X 3.5 H Attached photos are for reference with regards to the space available for the "U" shaped option. The product will be delivered to Eielson AFB, Alaska. The USAF is requesting the following information from interested vendors: 1) Company name and contact information to include phone number and email. 2) Contractor capability statement. 3) DUNS number and CAGE code. 4) Contractor request for details/facts to be provided by the government as part of an eventual solicitation package to allow for accurate contractor quotes. 5) Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) codes listed above. 6) What is a reasonable amount of lead time for order/delivery of material? 7) Please provide any examples of models your firm may have previously created. 8) Provide any additional information that your firm feels the government should consider for this type of requirement. Interested parties should send all information via email to A1C Johnson at joshua.johnson.164@us.af.mil - 907-377-3028 and MSgt Muche at nicholas.muche@us.af.mil - 907-377-3567. Information must be submitted to the previously stated point of contact no later 2:00 PM Alaska Standard Time on 7 June 2019. An actual solicitation may be issued in the next few weeks. The closing date and time for submission of offers will be contained in the solicitation package. Paper copies will NOT be available. The entire solicitation, including the specifications and/or drawings, will be made available only on the Federal Business Opportunities Web Site at http://www.fedbizopps.gov. Interested Parties are solely responsible for monitoring the aforementioned site for the release of the solicitation package and/or any updates and/or amendments to any and all subject documents. It is the sole responsibility of all Interested Parties to register for notification updates to any and all subject documents for the said action. All contractors MUST be registered in the System for Award Management database or their proposal will not be considered. Contractors can obtain further information on the System for Award Management at web site https://www.sam.gov. This announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published on the FedBizOpps website at www.fbo.gov. Potential interested parties are responsible for monitoring this site for the release of the solicitation package as well as downloading their own copy of the solicitation and amendments, if any.