Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2023 SAM #7918
SOURCES SOUGHT

66 -- Meter Calibrator

Notice Date
7/31/2023 9:31:59 AM
 
Notice Type
Sources Sought
 
Contracting Office
FA2263 AFLCMC WNMK HEATH OH 43056-6116 USA
 
ZIP Code
43056-6116
 
Solicitation Number
23E-176A-DC
 
Response Due
8/23/2023 11:00:00 AM
 
Archive Date
09/07/2023
 
Point of Contact
Frank Capuano, Phone: 7407885046, Megan Moretti, Phone: 7407885078
 
E-Mail Address
frank.capuano@us.af.mil, megan.moretti@us.af.mil
(frank.capuano@us.af.mil, megan.moretti@us.af.mil)
 
Description
Meter Calibrator 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. The Air Force Metrology and Calibration Program is considering a purchase of a Meter Calibrator. This Sources Sought Synopsis describes a Meter Calibrator, intended as a �next generation� replacement for the Fluke 55XX series, with enhancements.� This device should be a high-performance multi-product calibration standard that will be used by the Air Force to calibrate a variety of electrical test equipment.� This Test, Measurement, and Diagnostic Equipment will include handheld digital and analog meters, current and clamp meters, temperature measurement devices, process calibrators, data and chart recorders, panel meters, power quality meters, etc.� The Meter Calibrator shall be a calibration-laboratory-grade instrument with the capability to very precisely source DC Voltage, AC Voltage (Sine and Square, at a minimum), Resistance, DC Current, AC Current (Sine and Square, at a minimum), Capacitance, Temperature (RTD and TC), Frequency, Phase, DC Power, and AC Power.� It shall have the following minimum sourcing features/specifications: DC Volts source: 0 to 1020 V; AC Volts source: 0 to 1020 V at a frequency of 3 Hz to 500 kHz; Resistance source: 0 to 1100 MOhms; DC Current source: 0 to 30 A; AC Current source: 0 to 30 A at a frequency of 3 Hz to 30 kHz; No time constraints for continuous 30 A Output directly from the Meter Calibrator.� This device shall have front panel controls for manual operation and at least one of the following interfaces for remote operation:� IEEE-488.2, TCP/IP, or RS-232.� Performance Specifications to be provided to the 95% (k=2) and to the 99% (k=2.58) normally distributed levels of confidence.� Mandatory accessories to include a 50 Turn Current Coil, Connection Block, and Carry Case.� The NAICS code assigned to this acquisition is 334515 with a size standard of 750 employees. Please see attached Draft Purchase Description. This acquisition will be a late August or early September solicitation.� �The Government has found a typo in the posted draft Purchase Description (PD). The Government will fix this typo in the final PD version that will be posted with the upcoming solicitation. The typo is located on Page 2 of 17� 8th� Line down > 0.4 to 6 V should be > 0.4 to 0.6 V.� The total estimated quantity is 113 units over 5 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 23E-176A-DC in all correspondence. Responses are due by 08/23/2023 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 - Megan Moretti, Contract Specialist, Phone 740-788-5078 �� Email:megan.moretti@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7a5ba07fd9114135a85ad1ca83eb5b44/view)
 
Record
SN06770676-F 20230802/230731230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.