Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOURCES SOUGHT

66 -- Secondary Reference Temperature Standard

Notice Date
7/18/2007
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 562 CBSSS GBKA (AFMETCAL), 813 Irving Wick Dr. W., Heath, OH, 43056-6116, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-08M-208A-TE_revised
 
Response Due
7/27/2007
 
Archive Date
7/27/2008
 
Description
AFPSL - Secondary Reference Temperature Standard This request for information/sources sought announcement is issued to identify potential sources and gather information on current capabilities within the market. The Air Force Metrology and Calibration Program is considering a purchase of an AFPSL - Secondary Reference Temperature Standard. A direct temperature readout device and probes are to be used as a dual channel Secondary Temperature Standard. This system is to be used as a temperature reference standard and will be utilized for comparison calibrations that fall between the calibration workload of precision liquid-in-glass thermometers on the low end and Standard Platinum Resistance Thermometers (SPRTs) on the more accurate side. The indicator shall be able to read out in temperature (degrees C,F and K) and resistance (Ohms) with resolution of at least 0.001 degrees for temperature. The indicator shall be able to accept 2-, 3-, or 4-wire Platinum Resistance Thermometers (ITS-90, 25 and 100-Ohm PRTs) and Resistance Temperature Device (RTD, alpha = 0.00385). The indicator and probe combination shall perform Air Force requirements from a range of -200 to 661 degrees C. Also, this system must have at least +/- 0.04 deg C accuracy over the entire range stated previously. Lastly, the items shall come with software that will allow the user to select basic minimum statistical analysis such as max, min, standard deviation, etc., and also shall allow for easy automated calibrations. The total estimated quantity is 1 Unit(s). Surplus or used material is not acceptable for this item. Offerors responding to this sources sought market research must (1) state whether they are a small or large business and indicate if your company is a small disadvantage or woman-owned business, 8(a) firm, or a historically black college or university or minority institution (HBCU/MI), or a historically underutilized business zone (HUBZone) small business; (2) advise what the longest period of time is that you can hold the quoted price; (3) advise if you have the item on a GSA schedule or other Government contract; (4) provide information concerning the technical capabilities of the product you are interested in offering, including commercial literature/brochures; (5) advise if you accept the Government purchase card; (6) any other pertinent information which would enable the government to assess your firm?s capabilities; (7) provide point of contact and assigned Commercial and Government Entity (CAGE) Code; (9) advise how much time you would need to submit a technical proposal once the solicitation is issued; (10) provide an estimated price for one each of the unit you would be offering. This synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government nor will the Government pay for information solicited hereunder. At this time, no solicitation exists. Submit all responses to this notice to the point of contact listed below. All responses should be submitted via e-mail to mlk@afmetcal.af.mil or if e-mail response is not possible by Fax to 740-788-5157 or mail to 813 Irving-Wick Dr W, Bldg 2, Heath Oh 43056-1199. Use reference number 08M-208A-TE in your response. Responses are due by 23 July 2007 to Kathryn Vaccaro, Management Analyst, Phone (740)788-5078, e-mail: kathryn.vaccaro@afmetcal.af.mil, FAX (740) 788-5157 A draft purchase description is available at this site. Please provide your comments regarding this PD.
 
Record
SN01345453-W 20070720/070718221050 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.