Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2012 FBO #3828
SOURCES SOUGHT

66 -- Automatic Petroleum Analyzer System

Notice Date
5/16/2012
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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-R-0033
 
Archive Date
6/5/2012
 
Point of Contact
Alycia K. Armbruster, Phone: 9375224601
 
E-Mail Address
alycia.armbruster@wpafb.af.mil
(alycia.armbruster@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for a solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of delivering the following requirement to the Air Force Petroleum Agency (AFPA). Minimum requirements: CLIN 0001 - Quantity 3 - Automatic Petroleum Analyzer System - Must meet ASTM D 5773, D 5949, and D 5972 requirements for Cloud Point, Pour Point, and Freeze Point respectively. CLIN 0002 - Quantity 3 - Cloud Point Calibration Standard CLIN 0003 - Quantity 3 - Freeze Point Calibration Standard CLIN 0004 - Quantity 3 - Pour Point Calibration Standard CLIN 0005 - Quantity 3 - Dangerous Goods Shipping Fee Included CLIN 0006 - Quantity 3 - Pelican Case - Watertight, Crushproof, Air Tight. Custom fit for items in CLIN 0001 CLIN 0007 - Quantity 3 - Shipping Charges Above and Beyond those in CLIN 0005 The requirement is located at Wright-Patterson AFB, Ohio. The North American Industry Classification System (NAICS) code for this requirement is 334516 Analytical Laboratory Instrument Manufacturing with a small business size standard of 500 employees. In response to this notice, offerors shall submit a capability statement consisting of the evidence that the delivery of required supply, as outlined in the minimum requirements above can be accomplished successfully by the offeror. Capability packages are not to exceed 15 pages. Advertising or marketing information is NOT appropriate. The responses to this synopsis will be used for a market survey analysis. This sources sought synopsis is not a request for proposals; it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a Request for Quote (RFQ). Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this sources sought request. Contractors who believe they can deliver the items listed in the minimum requirements shall submit one copy of their technical capabilities in writing Alycia Armbruster, ASC/PKOBB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309, or electronically to Alycia.Armbruster@wpafb.af.mil. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-12-R-0033, Automatic Petroleum Analyzer System " Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments. Personal visits to discuss this project will not be scheduled. Responses must be received not later than 1200 pm EST, May 21, 2012. All documentation shall become the property of the Government. Firms responding must indicate the following information: Indicate the business size: small business or small disadvantaged business, veteran owned small business or HUBZone certified, and indicate the appropriate NAICS code. This synopsis neither constitutes a Request for Quote, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-R-0033/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, United States
 
Record
SN02750239-W 20120518/120517000805-2137b2a8aef5a23171403f898a18e137 (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.