Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2025 SAM #8628
SOURCES SOUGHT

23 -- A-Frame Campers

Notice Date
7/9/2025 11:30:20 AM
 
Notice Type
Sources Sought
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
FA4809 4TH CONS SQ CC SEYMOUR JOHNSON AFB NC 27531-2456 USA
 
ZIP Code
27531-2456
 
Solicitation Number
SEYMF50071
 
Response Due
7/14/2025 9:30:00 AM
 
Archive Date
07/29/2025
 
Point of Contact
2d Lt Jensen Jones, Phone: 9197228944, Nelson Sosa, Phone: 9197221750
 
E-Mail Address
jensen.jones.2@us.af.mil, nelson.sosa@us.af.mil
(jensen.jones.2@us.af.mil, nelson.sosa@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT 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 information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Seymour Johnson Air 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 336214. The size standard for NAICS is 1,000 employees. The requirement is to provide two A-Frame Hard Side Campers for use by our Outdoor Recreational team. Salient Characteristics: Hard-sided, Folding Design Camper Length - 15 Ft Sink Electrical outlets Air conditioner Heat Pump Off Road Package 12 Volt built in refrigerator Two Bed System LED Interior Lights We are interested in any small 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 status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities (indicating examples of commercial sales) and product specifications related to this effort. Also indicate if the firm is the manufacturer, or provide the name and size of the manufacturer of the proposed product(s). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through this site. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e2dbe096addc442db97f6fc2a8bad82c/view)
 
Place of Performance
Address: Goldsboro, NC 27530, USA
Zip Code: 27530
Country: USA
 
Record
SN07504090-F 20250711/250709230056 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.