Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:SSJBKCA04162019
This is a Sources Sought for market research purposes only and does not commit the Government to any contracts or purchases. The Government requests interested firms submit capability/availability inf...
This is a Sources Sought for market research purposes only and does not commit the Government to any contracts or purchases. The Government requests interested firms submit capability/availability information regarding the following requirement at Joint Base San Antonio-Randolph, Texas, subject to the availability of funds. 1. 28' Enclosed Heavy Duty Trailer (Enclosed Salient Characteristics) - Framework and doors will include Extra Heavy-Duty Ramp Door w/ Spring Assist, Additional enclosure Height 12", 60" Extended Triple Tube Tongue, 1/4" Wall Tube Tongue Upgrade, 102" Wide Body Design, Bogie Wheels (2-1/2" Diameter; Steel). - Accessories & Electrical will include 12-Volt Battery w/ Box (Interior or Exterior Mounted), 8K Winch w/ Remote, Recessed Winch Compartment, Air Ride System Tandem Axles, 6000 lbs. rated each; and Breakaway Battery Charger. - Interior tie downs will include 16 Recess Floor-Mt 5,000 lb. D-Ring Tie-Down, 0.050 Polar White Aluminum Exterior color. - Interior Cab will have Kick Plate (3/4" Plywood; 12" High), 3/4" Plywood Wall (Upgrades 3/8" Plywood). - Additional features will include solar charging system, steel ramp gap filler hinge plate, A/F reinforced frame package, Air Ride Suspension axle upgrade, high performance floor and ramp flap, lockable aluminum frame for side door, SS piano hinge for side door. - Include all freight and shipping from vendor to Randolph AFB, 12 Maintenance Group Hangar 6. 2. The utilization of North American Industry Classification System (NAICS) Code of 336212 with a small business size standard of $1M is anticipated. Interested firms are encouraged to recommend a more appropriate NAICS in their submission, however include the rationale for the alternate selection. 3. This is not a request for quote or request for proposal; nor should pricing be provided with the submission. Responses to this notice are not quotes or offers and do not constitute a basis for purchase or contract award by the Government. Responses to this notice are strictly voluntary and the Government will not reimburse any costs incurred by the responder. 4. Submissions shall include: a) A company profile. The profile should include, at a minimum: Name and contact information, business size (identify if 8(a), HUB Zone, Service Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Business, or, as applicable based on NAICS, Economically Disadvantaged Women-Owned Small Business (EDWOSB)/ Women-Owned Small Business (WOSB)), primary NAICS, DUNS, and CAGE Code. b) Capabilities literature sufficient to illustrate ability to complete and provide all requirements in paragraph 1. above. This literature may include (brochures, cut-sheets, drawings, etc.) that clearly demonstrate the ability of the offered product and service to meet the Government's needs. c) Indicate if you are the manufacturer of the offered product, or provide the name of the manufacturer of the product you would be supplying. d) Indicate whether the product is available under the GSA contract. 5. Information received will be considered confidential/proprietary and handled accordingly. MARKET SURVEY/QUESTIONNAIRE Name of point of contact: ____________________________ Phone number: ___________________________________ Email address: ____________________________________ 1. Is your company a small business as defined by the Small Business Administration? 2. If YES, what is your small business certification(s) and NAICS Code(s)? 3. Do you propose a North American Standard Industry Classification System (NAICS) code other than 336212? 4. Would you be interested in submitting a quote in response to a request for quote in the event this Sources Sought becomes a solicitation? YES NO Optional Information SAMS Registered? YES NO SAM REGISTRATION IS MANDATORY IN ORDER TO RECEIVE A GOVERNMENT PURCHASE ORDER CAGE CODE: ______________________ DUNS NUMBER: ____________________ E-mail responses to the following address: leketa.cunningham@us.af.mil with a courtesy copy to \ marcus.reedom.2@us.af.mil or hard copy mail to: 502d Contracting Squadron/JBKCA ATTN: Leketa Cunningham 395 B Street West, Suite 2, Bldg 224 JBSA-Randolph, TX 78150-4525 Responses are due no later than Friday, April 19th at 1:00 pm Central Time.