Access Denied!!!

It appears that you are using a private browser which blocks some scripts necessary for this page to function properly. As a result, you may experience limited functionality or the page may not work at all.

To access this page, please consider using a different browser or switch to the standard version of Firefox.

Thank you for your understanding.

Access Full Project

Publicly Funded

Privately Funded

Bidding Soon

Documents Available

Addenda Available

Post-Bid

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

No Information to Display

October 30, 2024

No Information to Display

To Be Determined

Site Work

No Information to Display

$300,000.00

Public - Federal

img_map_placeholder

To Be Determined, Patrick Air Force Base, FL

We’ve obtained documents for this project and are currently processing them.

Subscribe to View Full Documents

The requirement is to provide temporary fence panels that need to be delivered and set up on two different time frames: Delivery: Friday, December 8, 2023. Set up Saturday morning, December 9, 2023. 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. Request for Proposal (RFP) number is FA252124QB001 shall be used to reference any written responses to this source sought. Patrick Space 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 238990. The size standard for this proposed NAICS is $19M. Description: The requirement is to provide temporary fence panels that need to be delivered and set up on two different time frames: Delivery: Friday, December 8, 2023. Set up Saturday morning, December 9, 2023. Draft Statement of Work (SOW) is attached. 45 CONS is interested in any size business that can meet 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, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Include in your capabilities your UEI, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. 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." 45 CONS is interested in receiving comments from the industry on the draft SOW in regards on how the services are performed in the commercial industry. Services Capabilities All interested firms should submit a capabilities 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 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. DISCLAIMER: This Sources sought notice is not a solicitation. This notice is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this notice that is marked "proprietary" will be handled accordingly. Responses to the sources sought notice will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offerors and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice. The Government does not guarantee any action beyond this notice. The Government may not respond to questions posed in Industry responses. ATTENTION: Although this is a Sources Sought notice only, interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or if the Government chooses to make an award. Information on registration and annual confirmation requirements may be obtained via https://www.sam.gov Please submit the information electronically in PDF format by October 30, 2023 at 9 A.M. and reference RFP # FA252124QB001 to the Contracting Officer Cynthia Whittaker (cynthia.whittaker@spaceforce.mil), and the Contract Specialist Cierra Hallmon (cierra.hallmon@spaceforce.mil). Telephone responses will not be accepted. The Method of Contractor Selection has not been determined at this Time.

3 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Subscribe to See All Trade Details

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Related Projects