SOURCES SOUGHT
36 -- Non Magnetic Optics Tables
- Notice Date
- 3/24/2014
- Notice Type
- Sources Sought
- NAICS
- 337214
— Office Furniture (except Wood) 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
- Fa8601-14-T-0120
- Archive Date
- 3/29/2014
- Point of Contact
- Emmeline J. Spaulding, Phone: 9375224565
- E-Mail Address
-
emmeline.spaulding@wpafb.af.mil
(emmeline.spaulding@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, LCMC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned small businesses, that are capable of providing two non-magnetic optics tables. Firms responding shall specify that their products meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to shall be included to determine commerciality. The specific technical requirements are as follows: -Top and bottom facesheets of both tables must be constructed from 316 stainless steel, and be at least 3/16" thick and the cores of both tables must be of triple core trussed honeycomb design and constructed from 316 stainless steel. -Both tables must be constructed from nonmagnetic materials with a remnant magnetization less than or equal to that of 316-Grade Stainless Steel. -Top facesheet needs to have M6-1 countersunk, sealed, corrosion proof holes equally spaced 25mm on center. -Top facesheet boarders to be less than ½" -Employs turned mass damping. -One table must be 1500 mm x 900mm x 305mm (width x length x height) or 3ft x 5ft x 1ft. -One table must be 3600 mm x 1500 mm x 305 mm (width x length x height) or 5ft x 12ft x 1 ft. -Tables must have a standard flatness of +/- 0.004 inches or better. -Each table must come with at least 4 non-magnetic pneumatic vibration isolators constructed from 316-Grade Stainless Steel or Aluminum that mate into the bottom of the table 16" tall, with a guaranteed vertical frequency of <1.1 Hz at 80 psi, and <1.5 Hz horizontal frequency, and support 2,000 lb load. -Each table must come with one air regulator filter adjustable from 0 to 120 psi. All interested firms 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. The NAICS Code assigned to this acquisition is 337214, with a 500 employee size standard, Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), HUBzone, SDVO). Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. 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. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. 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 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 firms 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: Emmeline.Spaulding@us.af.mil in a Microsoft word compatible format or mailed to AFLCMC/PKOAA POC: Emmeline Spaulding, 1940 Allbrook Dr., Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 11:00 AM Eastern Time, 28 MAR 2014. Direct all questions concerning this acquisition to Emmeline Spaulding at Emmeline.Spaulding@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/Fa8601-14-T-0120/listing.html)
- Place of Performance
- Address: WPAFB, OH, WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03318106-W 20140326/140324234241-af456e2f254f89d13564496053a374f9 (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 |