Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA500419QA039
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: 335999 and the Small Business Size Standard is 500 employees. The government is looking for businesses to provide two (2) Three Phase, Solid State AC Power Source (See details below). 6kVA, Three Phase, Solid State AC Power Source with Programmable Controller (RS-232) Vin: 208VAC, Three Phase, 47-63Hz Vout: 0-115/200V, 3 Phase, 400Hz. - Specifications I.A.W. Catalog #16ASX/AMXCAT0412 M99074 converts the power source into a fully integrated, turn-key AC power system that converts three phase, 208V, 60 Hz power into the MIL-STD-704E nominal value of 3 phase 115VL-N, 400Hz .Additionally, M99074: 1) Installs a FSL4-FR type female receptacle in a junction box mounted on the power source rear panel. 2) Installs a ''Soft Start'' slow turn on circuit to limit inrush current. 3) provides customer firmware to control AC Output Voltage.4) Install the complete assembly in a double-lid Composite transit case with slide rails * Lead Time: 6-8 weeks, ARO The contractor will provide installation and shipping. The product will be delivered to Eielson Air Force Base (AFB), Alaska. The U.S.A.F. 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) code 335999 , size standard of 500 Employees. 6) What is a reasonable amount of lead time for product to be delivered? 7) Please detail any onsite options that your company may offer. 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 Jarred Julian at Jarred.julian@us.af.mil and to MSgt Justin Holmly at justin.holmly@us.af.mil. NO PHONE CALLS WILL BE TAKEN IN RESPONSE TO THIS SOURCES SOUGHT/REQUEST FOR INFORMATION. Information must be submitted to the previously stated point of contact no later 2:00 PM Alaska Standard Time on 7 August 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.