Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
MODIFICATION

66 -- Low Pressure Standard

Notice Date
5/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/WNMRP AFMETCAL, 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116, United States
 
ZIP Code
43056-6116
 
Solicitation Number
18M-507A-PR
 
Archive Date
5/3/2018
 
Point of Contact
Frank Capuano, Phone: 740-788-5046, Allen Kurella, Phone: 740-788-5052
 
E-Mail Address
Frank.Capuano@us.af.mil, Allen.Kurella@us.af.mil
(Frank.Capuano@us.af.mil, Allen.Kurella@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Low Pressure Standard Contracting Office Address The United States Air Force, AFLCMC/AFMETCAL, 813 Irving Wick Dr. W., Horton Building, Heath, OH 43056-1199 Description This is a request for information (RFI) / SOURCES SOUGHT SYNOPSIS. This request is not a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. Responses to this notice are not considered offers and cannot be accepted by the government to form a binding contract. The purpose of this request for information is in support of market research being conducted by the Air Force Metrology Calibration Program (AFMETCAL) to identify potential sources and gather information on current capabilities within the market. This synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government nor will the Government pay for information solicited hereunder. All costs associated with responding to this RFI will be solely at the responding party's expense. The level of security clearance and amount of foreign participation in this requirement has not been determined. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Currently there are no funds available for this acquisition. This is an anticipated Sole Source acquisition with Fluke. The Air Force Metrology and Calibration Program is considering a purchase of a Low Pressure Standard. Low Pressure Controller is a stand-alone, pressure controller intended to precisely set and control gas pressure into a closed volume as is commonly needed for the calibration and testing of pressure measuring instruments. Low Pressure Controller will be equipped with no more than two Reference Pressure Transducers to allow it to set and measure pressure with very low measurement uncertainty. Low Pressure Controller is controlled locally by the operator using a front panel display, keypad and function keys or remotely by a computer using ASCII character command strings over an RS232 or IEEE-488.2 interface. The Control and Measurement Range shall be from -60 inH2O to +60 inH2O. The Control and Measurement uncertainty shall not be greater than 0.009% Rdg. from -60 inH2O to +60 inH2O. Please see attached Draft Purchase Description for more information. The NAICS code assigned to this acquisition is 334515 with a size standard of 750 employees. The total estimated quantity is 91 units over 4 years. Reconditioned, remanufactured, or used material is not acceptable for this item. Offerors responding to this sources sought market research notice must: (1) state whether you are a small or large business, if you are the manufacturer or provide the name of the manufacturer and size info of product you would be offering and the socioeconomic status and indicate small disadvantaged or woman-owned business, veteran owned, service disabled veteran owned, 8(a) historically black college or university or minority institution (HBCU/MI), or a historically underutilized business zone (HUBZone) (2) provide sales history including recent sales to commercial companies (3) advise if your product is a commercial item or if it will be modified; if not commercial at this time, will you be offering this item to the general public in the future. (4) advise if you have the item on a GSA schedule or other Government contract include front page of schedule and the page showing the part is on award (5) provide information concerning the technical capabilities of the product you are interested in offering, including commercial literature/brochures and warranty. Describe any awards you have been involved in that are the same as or similar to what is described in this RFI. Include any other pertinent information which would enable the government to assess your firm's capabilities (6) advise if you accept the Government purchase card (7) Provide Point of Contact including: company/ institute name, address, phone number and email address (8) provide assigned Commercial and Government Entity (CAGE) Code (9) Verify if your company/institute is listed in the System for Award Management (SAM) (10) State if your company is domestically or foreign owned (if foreign owned, please indicate the country of ownership) (11) Advise how much time you would need to submit a technical proposal if a solicitation is issued (12) provide an estimated price for one each, an estimated price for the total quantity and provide any price quantity discounts based on the total estimated quantity (13) include how many units you could deliver every 30 days (14) estimated delivery time for initial shipment. Ensure only.pdf,.doc or.xls documents are attached to your email. Submit all responses to the listed point of contact. If an email response is not possible, submit by FAX to 740-788-5157 or mail to 813 Irving-wick Dr W., Horton Building, Heath OH 43056-1199. Reference 18M-507A-PR in all correspondence. Responses are due by 6/2/2017 at 2:00pm ET or 1400 hours; however, early responses are encouraged. Point of Contact - Frank Capuano, Contract Specialist, Phone 740-788-5046 Email:frank.capuano@us.af.mil. Point of Contact - Allen Kurella, Contract Specialist, Phone 740-788-5052 Email:allen.kurella@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/18M-507A-PR/listing.html)
 
Record
SN04514702-W 20170520/170519000649-b1532c71759cb024f76096b6c95874ca (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  © 1994-2020, Loren Data Corp.