Tractor & Mower Attachment
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jul 19, 2022 08:56 am EDT
- Original Response Date: Jul 25, 2022 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 2420 - TRACTORS, WHEELED
- NAICS Code:
- 333111 - Farm Machinery and Equipment Manufacturing
- Place of Performance: Patrick AFB , FL 32925USA
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government.
The Request for Quotation (RFQ) number is FA252122QA026 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 is 333111 Farm Machinery and Equipment Manufacturing.
The size standard for this NAICS is 1,250 employees.
The requirement is for a brand new tractor and boom mower attachment with manufacturer warranties.
Salient Characteristics: See attached documents for Salient Characteristics
45 CONS is interested in finding Small Businesses capable of providing a tractor and boom mower attachment that will meet our needs, as by specifications.
The government is also interested in all small businesses including 8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Women Owned Small Businesses (WOSB) that are interested in supplying this 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.
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.
As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract
shall be solely within the Government's discretion.
Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of
information in response to this notice. Respondents will not be individually notified of the results of any government assessments.
All interested firms shall submit a capabilities package that explicitly demonstrates company capability to provide service for the tractor and boom mower attachment that will meet our needs, as by specification. Respondents are further requested to indicate
their status as a Foreign-owned/foreign-controlled firms and any contemplated foreign national employees on this effort.
Include in your capabilities package your Unique Entity ID, Cage Code, and System for Award Management expiration date.
Responses may be submitted electronically to the following e-mail to natalie.wesely@us.af.mil.
RESPONSES ARE DUE NO LATER THAN 4:00PM EST on 25 July 2022.
Attachments/Links
Contact Information
Contracting Office Address
- AF BPN NO MLSBLS PROC CP 3214946871 1201 EDWARD H WHITE II ST MS 7200
- PATRICK SFB , FL 32925-3237
- USA
Primary Point of Contact
- Natalie Wesely
- natalie.wesely@us.af.mil
Secondary Point of Contact
History
- Aug 09, 2022 11:55 pm EDTSources Sought (Original)
- Aug 02, 2022 03:33 pm EDTCombined Synopsis/Solicitation (Original)