Nevada Bids > Bid Detail

820 RHS Holsters

Agency:
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159950225367678
Posted Date: Jan 31, 2024
Due Date: Feb 5, 2024
Source: https://sam.gov/opp/5a71b25b2c...
Follow
820 RHS Holsters
Active
Contract Opportunity
Notice ID
F3GHBA4017AW01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR COMBAT COMMAND
Office
FA4861 99 CONS LGC
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)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jan 31, 2024 08:50 am PST
  • Original Response Date: Feb 05, 2024 10:00 am PST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8465 - INDIVIDUAL EQUIPMENT
  • NAICS Code:
    • 316990 - Other Leather and Allied Product Manufacturing
  • Place of Performance:
    Nellis AFB , NV 89191
    USA
Description

The United States Air Force, 99 CONS, Nellis AFB, NV is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned (SDVO) small businesses that can provide Safariland M18 Holster Kits with Quick Lock. Firms that respond shall specify that their services meet the specifications provided in the attachment below and provide detailed information to show clear technical compliance.



Detailed Specifications are listed in the attachment identified below:




  1. Attachment 1- Items List



All interested firms shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. 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 (Request for Quotes) 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.



The NAICS Code assigned to this acquisition is 316990 (Other Leather and Allied Product Manufacturing) with a size standard of 500 employees. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, or HUBZone). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.



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. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program. To ensure your response along with any and all attachments are received, attachment(s) must be less than 10 MB [in total]. It is the responsibility of the respondent to contact the government to confirm receipt prior to the offer due date and time.



CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required commodities. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.



Responses may be submitted electronically to the email listed down below. All correspondence sent via email shall contain a subject line that reads " F3GHBA4017AW01, 820 RHS Holster" If this subject line is not included, the email may not get through email filters at Nellis AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments maybe deleted. Responses shall be emailed to:



99 CONS,

POC – A1C Samuel Toledo

Email: samuel.toledo.1@us.af.mil





RESPONSES ARE DUE NOT LATER THAN MONDAY, 5TH FEBURARY 2024 BY 10:00 AM Pacific Time. Direct all questions concerning this acquisition to A1C Samuel Toledo at samuel.toledo.1@us.af.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 5865 SWAAB BLVD
  • NELLIS AFB , NV 89191-7063
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 31, 2024 08:50 am PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >