SOURCES SOUGHT
65 -- Renerative Tissue - Sources Sought FA8601-14-R-0057 Regenerative Tissue
- Notice Date
- 6/24/2014
- Notice Type
- Sources Sought
- NAICS
- 334517
— Irradiation Apparatus 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-R-0057
- Archive Date
- 7/24/2014
- Point of Contact
- Blaine M. Greenwalt, Phone: 9375224582, Kelli R. Vaughn, Phone: 9375224575
- E-Mail Address
-
blaine.greenwalt@us.af.mil, kelli.vaughn@us.af.mil
(blaine.greenwalt@us.af.mil, kelli.vaughn@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought FA8601-14-R-0057 Regenerative Tissue Thermoluminescent Dosimeter (TLD) Badges FA8601-14-R-0047 This is a Sources Sought Synopsis; there is no solicitation available. Requests for a solicitation will not receive a response. This Sources Sought Synopsis is published for market research purposes. This market research will be used to help determine if this may be a competitive acquisition, or if a set-aside for any small business program is appropriate (Small Business, 8(a), HUBZone, Service-Disabled Veteran Owned (SDVO), Economically Disadvantaged Women Owned (EDWO) small businesses). Please review this announcement, including all attachments, in their entirety. Request interested parties complete and return a Capabilities Statement that describes the comparable product and the ability to meet the "Requirements" described below to identify firms who possess the capability to provide Thermoluminescent Dosimeter (TLD) Badges. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. The Operational Contracting Branch, Technology Support Acquisition Section (AFLCMC/PZIOAA) is seeking potential sources, including small business sources. In addition to the information requested in the paragraph below entitled "Capabilities package" responding parties must also indicate their size status in relation to the applicable North American Industry Classification System (NAICS) code assigned to this effort, NAICS 334517 with a Size Standard of 500 employees. Include in your response all socio-economic categories for which you qualify (SB, SDB, 8(a), Veteran-Owned (VO), Women-Owned (WO), EDWOSB, and HUBZone). 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 use of foreign national employees on this effort. Please include information about the firm's standard warranty. In addition, recent sales history to commercial companies should be included to determine commerciality. Requirements for Thermoluminescent Dosimeter (TLD) Badges: 1. Four phosphor element TLD 2. The first element is Li2B4O7: Cu and is shielded by 18 mg/cm2 of Mylar® 3. The second and third elements, Li2B4O7: Cu and CaSO4: Tm, respectively, are shielded by approximately 360 mg/cm2 plastic. 4. The fourth element is CaSO4: Tm and is shielded by approximately1,040 mg/cm2 of lead and plastic 5. The provided TLDs must have a form-factor that is compatible with, and capable of being read within a Panasonic UD-7900M Automatic TLD reader. 6. FOB Destination All interested firms shall submit a response demonstrating their capabilities to provide the requested items to the primary point of contact listed below. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought synopsis 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. 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. The decision to solicit for a contract shall be solely within the Government's discretion. 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: blaine.greenwalt@us.af.mil in a Microsoft Word compatible format or mailed to AFLCMC/PZIOA POC: A1C Blaine M. Greenwalt, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 10:00 AM, Eastern Time, 9 July 2014. Direct all questions concerning this acquisition to A1C Blaine M. Greenwalt at blaine.greenwalt@us.af.mil 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 business, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), EDWOSB, etc.). Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-14-R-0057 TLD Badges." If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-14-R-0057/listing.html)
- Place of Performance
- Address: Wright-Patterson AFB, OH, 45433, Wright-Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03404285-W 20140626/140625021907-d7134154a0a4de36df5ff9b4684ab9ba (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 |