Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
SOURCES SOUGHT

66 -- Multi-Functional Nano-Indentation Force Probe - Sources Sought

Notice Date
10/16/2018
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-19-Q-0007SS
 
Archive Date
11/7/2018
 
Point of Contact
Brandon D. Wish, Phone: 9375224630
 
E-Mail Address
brandon.wish.1@us.af.mil
(brandon.wish.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought for Multi-Functional Nano-Indentation Force Probe SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) FA8601-19-Q-0007SS The United States Air Force, AFLCMC/Operational Contracting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, Economically Disadvantaged Women-Owned (EDWOSB) and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing a Multi-Functional Nano Force Probe for the Air Force Institute of Technology as defined in the attached Requirement Description. Firms that respond shall specify that their product meets the specifications provided in the attachment below and provide detailed information to show clear technical compliance. Detailed Specifications are listed in the attachment. All interested firms shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. 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 (Request for Quote) 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. The NAICS Code assigned to this acquisition is 334516 (Analytical Laboratory Instrument Manufacturing) with a size standard of 1,000 persons. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a) Graduation Date ___, SDVO, EDWOSB, or HUBZone). 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. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14 as follows: By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. The Non-Manufacturer Rule is an exception to the LOS performance requirements, and provides that a firm that is not a manufacturer may qualify as a small business on a supply contract set aside for small business if, among other things, it supplies the product of a small business made in the United States. 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 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 businesses, or any particular small business program. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required commodities. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The response must not exceed 15 pages. Responses may be submitted electronically to the following e-mail address: brandon.wish.1@us.af.mil and calvin.courtney@us.af.mil. All correspondence sent via email shall contain a subject line that reads "Nano Force Probe" If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls or.xls documents are attached to your email not exceeding 10MB. All other attachments may be deleted. Responses may also be mailed to: AFLCMC/PZIBB, ATTN: POC- Brandon Wish 1940 Allbrook Dr., Rm 109 Wright-Patterson AFB, OH 45433-5309 Or electronically at brandon.wish.1@us.af.mil Alternate POC: AFLCMC/PZIBB Attn: Calvin Courtney 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 calvin.courtney@us.af.mil RESPONSES ARE DUE NOT LATER THAN 23 October 2018 BY 3:00 PM EST. Address questions regarding this sources sought to Brandon Wish by phone at (937) 522-4630 or via e-mail at brandon.wish.1@us.af.mil or Calvin Courtney by phone at 937-522-4525 or calvin.courtney@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-19-Q-0007SS/listing.html)
 
Place of Performance
Address: AFIT/ENG (F4F5AN), 2950 Hobson Way, Bldg 640 Rm 312, Wright-Patterson AFB, Ohio, 45433-7765, United States
Zip Code: 45433-7765
 
Record
SN05126297-W 20181018/181016230731-429f6bdec8a68e1c811d55d62677525f (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.