Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOURCES SOUGHT

52 -- Velocity Field Sensor - Requirements Description

Notice Date
4/20/2017
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-17-T-0053SS
 
Archive Date
5/19/2017
 
Point of Contact
Maygan Rhodes, Phone: 9375224604
 
E-Mail Address
maygan.rhodes.1@us.af.mil
(maygan.rhodes.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Requirement Description SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) FA8601-17-T-0053SS The United States Air Force, AFLCMC/ Operational Contacting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, Economically Disadvantaged Women-Owned (EDWOSB) and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing a Velocity Field Sensor for The Air Force Institute of Technology's (AFIT) Department of Aeronautical and Astrological Engineering. Firms that respond shall specify that their product meets 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- Requirement Description 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 Proposal) 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 334516 (Analytical Laboratory Instrument Manufacturing) with a size standard of 1,000 persons. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a) Graduation Date ___, SDVO, EDWOSB, 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. 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. The response must not exceed 15 pages. Responses may be submitted electronically to the following e-mail address: maygan.rhodes.1@us.af.mil. All correspondence sent via email shall contain a subject line that reads " FA8601-17-T-0053SS, "Velocity Field Sensor " If this subject line is not included, the email may not get through email filters at Wright-Patterson 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 may be deleted. Responses may also be mailed to: AFLCMC/PZIOB, ATTN: POC- 2d Lt Maygan Rhodes 1940 Allbrook Dr., Rm 109 Wright-Patterson AFB, OH 45433-5309 Or electronically at maygan.rhodes.1@us.af.mil RESPONSES ARE DUE NOT LATER THAN 04 May 2017 BY 3:00 PM ET. Direct all questions concerning this acquisition to Maygan Rhodes at maygan.rhodes.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-17-T-0053SS/listing.html)
 
Place of Performance
Address: Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04480162-W 20170422/170421000030-95f4c84331a2a0a79fb16bed8b3f8d7c (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.