SOURCES SOUGHT
66 -- Instrumentation for Liquid Sample Loading into Filaments
- Notice Date
- 7/17/2015
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-15-Q-B217
- Archive Date
- 8/14/2015
- Point of Contact
- Frantz Loiseau, Phone: 3214944393, Matthew Hagan, Phone: 3214940093
- E-Mail Address
-
frantz.loiseau.1@us.af.mil, matthew.hagan.1@us.af.mil
(frantz.loiseau.1@us.af.mil, matthew.hagan.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-15-Q-B217 shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 334516. The size standard for NAICS is 500 employees. The requirement is for nano pippetor instrumentation for Liquid Sample Loading onto Filaments. Salient Characteristics: CLIN DESCRIPTION QTY UNIT 0001 Pipejet P9 Nanodispenser Starter Kit 2 EA 0002 PipeJet Tips PJ-20061E (500-S-C) 40 PK 0003 PipeJet Pipes PJ-20027E (500-L-C) 20 PK a. Contact-free dispensing capability down to 10 nanoliters. b. Computer controlled for excellent reproducibility of less than 3% CV. c. Contact parts are chemically inert. d. Single pipettor configuration The purpose of the nano pippetor instrumentation is to assist in the loading of samples onto filaments for analysis. The PipeJet P9 provides contact-free dispensing of liquids in quantities of 5 to 60 nanoliters. Our sample dispensing size is approximately 10 nanoliters. It is computer controlled to enable excellent precision and reproducibility which will improve sample uniformity when added to a filament. All parts that come in contact with liquid are made from chemically inert materials to avoid contaminating the sample. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." 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. 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 setaside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). 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. 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. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date., GSA Contract Number with expiration date and MAS (if applicable), and specifications/drawings regarding item(s). Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.ebids@us.af.mil ; by mail to 45 CONS/LGCB, Attn: FA2521-15-Q-B217, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843. RESPONSES ARE DUE NO LATER THAN 30 JUL 15, 3:00 PM, EST
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B217/listing.html)
- Place of Performance
- Address: 10989 S Patrick Drive, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03802023-W 20150719/150717235735-d60d28c7dd2daa007ebea9c21221d42a (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 |