Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOURCES SOUGHT

J -- Service/support maintenance agreement for one TA Instruments Differential Scanning Calorimeter (DSC), model Q2000, instrument # 970001.901, and one TA Instruments Simultaneous DSC-Thermogravimetric Analyzer (SDT), model Q600, instrument # 961001.901.

Notice Date
2/2/2012
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0108
 
Archive Date
2/28/2012
 
Point of Contact
Chad M. Hines, Phone: 9375224575
 
E-Mail Address
chad.hines@wpafb.af.mil
(chad.hines@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing a service/support maintenance agreement for one TA Instruments Differential Scanning Calorimeter (DSC), model Q2000, instrument # 970001.901, and one TA Instruments Simultaneous DSC-Thermogravimetric Analyzer (SDT), model Q600, instrument # 961001.901. Contractors responding should specify that their service/maintenance agreement meets the specifications provided below and provide detailed information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality. The required specifications for the service/support maintenance agreement are as follows: 1 One year of coverage with four additional option years of coverage for each unit 2 Minimum one annual preventative maintenance visit for each unit 3 Minimum one annual service visit, to be performed by a field engineer trained to service modulated DSCs, which would include all associated parts/labor/travel expenses, for each unit 4 Unlimited phone and/or email support for each unit All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment 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 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. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 811219. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. 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 individually be notified of the results of any government assessments. The Government's evaluation 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 designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Chad.hines@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Chad Hines, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than Noon Eastern Standard Time, Monday 13 February 2012. Direct all questions concerning this acquisition to Chad Hines at Chad.hines@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0108/listing.html)
 
Record
SN02666924-W 20120204/120202235539-7c2cc6b6d1c2024d382254bd1357ea0a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.