Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2015 FBO #4864
SOURCES SOUGHT

66 -- SOURCES SOUGHT - Calibration DEWETRON Data Acquisition Systems

Notice Date
3/18/2015
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-15-T-0011
 
Response Due
3/25/2015
 
Archive Date
5/17/2015
 
Point of Contact
Bernadette Quevedo, 575-678-2981
 
E-Mail Address
MICC - White Sands Missile Range
(bernadette.t.quevedo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
There is no solicitation available at this time. Requests for a solicitation will not receive a response. This Sources Sought Synopsis is in support of a market survey being conducted by White Sands Missile Range (WSMR), NM to determine potential sources technically capable and qualified to provide the following: Calibration services for the DEWETRON DAS used for launcher dynamics testing. The calibration services shall meet or exceed the following salient characteristics: The calibration shall be valid for one year. The calibration procedure shall comply with the American National Standard Institute (ANSI)/National Conference of Standards Laboratory (NCSL) Z540-1 standard. The calibration service shall include a traceable National Institute of Standards and Technology (NIST) calibration report. The calibration procedure for the MDAQ conditioners, DAQ and PAD series modules shall be performed at three points per range per channel. The calibration service shall be performed on one system at a time; that is, the government will ship the first unit to the vendor and ship the second unit when the first unit is returned. This will continue until all units have been calibrated. The calibration time per unit shall be no longer than 60 days. The systems will be calibrated in the following sequence: oSystem 1 - DEWE-51-PCI-128, 64 miscellaneous channels (S/N: 64080079) oSystem 2 - DEWE-MDAQ-PCI-128, 80 voltage channels (S/N: 64060048) oSystem 3 - DEWE-5000, 16 voltage channels (S/N: 07090358) oSystem 4 - DEWE-5000, 16 miscellaneous channels (S/N: 07090263) oSystem 5 - Modular Smart Interface (MSI) Adapters (64 units) Any information submitted by respondents to this RFI is strictly voluntary. The government will not pay for any information that is submitted by respondents to this Sources Sought RFI. The government requests interested vendors submit a statement of capability to perform the requirement detailed in the attached SOW. Please omit any pricing data. Again, participation in this effort is strictly voluntary with no cost or obligation to be incurred by the Government. The Government will in no way be bound to this information if a solicitation is issued. Should funding be made available for this potential requirement, a Request for Proposal (RFP) will be posted on this website. The North American Industry Classification System (NAICS) code for the potential acquisition is 334519 with a size standard of 500 employees. All responses to this notice expressing interest in being considered for the proposed contract, should include the following: Company Name, Point of Contact, Address, Telephone and Fax numbers, E-mail address, Brief Description of the Company and Capabilities, List of previous experience in the relevant field, Business Size, DUNS number, Cage Code, and Tax ID Number. Notice to Potential Offerors: All offerors who provide goods or services to the Department of Defense (DOD) must be registered in the System for Award Management (SAM) found at www.sam.gov. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. The information resulting from this sources sought may be included in one or more RFP's, which may be released via the FEDBIZOPS portal. This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate (SCA) at dean.m.carsello.civ@mail.mil. The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any that may limit small businesses from participation. However, there is a preference for HUBZone small businesses. They are highly encouraged to submit their statement of capability to perform the requirement via email. All interested vendors must respond no later than 1100 MST on 25 March 2015. Any questions should be submitted before 20 March 2015 to Bernadette Quevedo bernadette.t.quevedo.civ@mail.mil. Responses received after 25 March 2015 will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cdd850f49ef0f15efe18e7bf6c099d98)
 
Place of Performance
Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN03671609-W 20150320/150318235014-cdd850f49ef0f15efe18e7bf6c099d98 (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.