The RFP Database
New business relationships start here

LOW DETECTION EFFICIENCY OF MERLIN FOR LIGHTNIGN STRIKES TO TALL STRUCTURES AND/OR LARGE CATENARY WIRE LIGHTNING PROTECTION SYSTEMS


Florida, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT: THIS IS NOT A NOTICE OF A REQUEST FOR QUOTE BUT FOR INFORMATION AND PLANNING PURPOSES ONLY. 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 the information requested or costs incurred in developing the information provided to the Government.


The anticipated Request for Quotation (RFQ) number FA252119QB073 shall be used to reference any written responses to this notice.


Patrick Air Force Base anticipates a requirement being considered for a small business set-aside program. The proposed North American Industry Classification Systems (NAICS) Code is 541690, the size standard of which is $15,000,000.00.
The anticipated requirement is to: Provide a study documenting the detection efficiency of MERLIN for cloud-to-ground return strokes to tall structures and/or large catenary wire lightning protection systems as compared to CG return strokes to ground.




The overall purpose of the requirement is to: Determine the detection efficiency for MERLIN cloud-to-ground lightning strokes to tall structures and/or large catenary wire lightning protection systems, i.e. launch pads. Determine the detection efficiency for MERLIN for nearby cloud-to-ground strokes to normal ground. Determine if the former detection efficiency is significantly lower than the other.


Include in your capabilities package your DUNS, Cage Code, System for Award Management (SAM) registration expiration date, GSA contract number and expiration date (if applicable).


45 CONS is interested in any size business that is capable of meeting 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.


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.


All interested firms should submit a capabilities package 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 no more than three past references with contact information and a contract number. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Responses should not exceed 5 pages.


Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.


Responses may be submitted electronically to the following e-mail address: kevin.brisco@us.af.mil; by mail to 45 CONS/PKB, Attn: FA252119QB073, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238. Telephone responses will not be accepted.


Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through either FedBizOpps or GSA, depending upon the amount of interest shown. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.


 


 


Kevin D. Brisco, Contract Specialist, Email kevin.brisco@us.af.mil - Jose L. Plasencia, Contracting Officer, Email jose.plasencia.2@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP