Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
SOURCES SOUGHT

66 -- Liquid Particle Counter - Statement of Work

Notice Date
5/3/2017
 
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
FA2521-17-Q-B144
 
Archive Date
5/27/2017
 
Point of Contact
Miranda S. Croom, Phone: 3214940039, Bryan W. Townsend, Phone: 321-494-4394
 
E-Mail Address
miranda.croom@us.af.mil, bryan.townsend.4@us.af.mil
(miranda.croom@us.af.mil, bryan.townsend.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Salient Characteristics and Performance Requirements 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) Request for Proposal (RFP) number is FA2521-17-QB144 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 1000 Emp. The requirement is to provide two (2) Beckman Coulter High Accuracy (HIAC) Particle Counter 8011+ instruments, brand name or equal. The Particle Counter is a scientific instrument that measures particle contamination in hydraulic fluid IA W FED-STD-791 D, Method 3012. GSA SIN/MAS 66 619 SOO is attached. Salient Characteristics: 2 Each: 8011+System, includes HRLD-100 Sensor (1.3 to 100μ) with an ACFTD in MIL-5606 oil calibration. 2 Each: 2089711-01 Pump, Pump 100V, Vacuum/Pressure. 1 Each: 2089710-01, Kit, Thermal Printer, USB, 3 inch 1. This instrument must fully comply with FED-STD-791 D, Method 3012 test methodology for the determination of Particulate Matter in Aerospace Hydraulic Fluid samples. a) Must be an automatic particle counter with a minimum of five channels, fitted with photoelectric level detectors and a liquid sensor suitable for counting particles b) Must be able to count particle in the 0.5-600 μm range size c) Must have an electromagnetic stirrer for liquid agitation 2. The particle counter must be able to deliver flow rates of 10 to 200 mL/min, handle sample volume of 1 to 100mL and a minimum concentration limit of 10,000 particles/mL a) Must have an automatic bottle sampler with a built-in pressure/vacuum chamber that can subject samples to pressures up to 60 psi b) Must have a timer that is accurate to the second +/- 0.5 c) Must have automatic sample flow for precision data d) Must have automatic notification of calibration due date 3. Must have a solvent disperser that's fitted with a </= 0.45 μm membrane filter at the outlet. a) Must be capable of handling high viscosity fluids < 425cSt b) Must automatically clean and flush system to eliminate cross contamination of samples, sensor alarm must be available to alert user in advance NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! What is the purpose of the item(s): This instrument will be used to test for Particulate Matter in Aerospace Hydraulic Fluid samples. 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 set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). Commodity 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. 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, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. Responses may be submitted electronically to the following e-mail addresses: 45cons.lgcb.e-bids@us.af.mil and miranda.croom@us.af.mil For any questions and concerns please contact Amn Miranda Croom 321-494-9958 miranda.croom@us.af.mil RESPONSES ARE DUE NO LATER THAN 12 MAY 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-17-Q-B144/listing.html)
 
Place of Performance
Address: 1201 Edward H. White II Street, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04494345-W 20170505/170503234829-cc533d210551348625e9d18e17727642 (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.