SOURCES SOUGHT
66 -- USAFA Annular Force/Torque Sensors
- Notice Date
- 10/31/2023 9:36:25 AM
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
- ZIP Code
- 80840-2303
- Solicitation Number
- FA700024AFTS
- Response Due
- 11/3/2023 1:00:00 PM
- Archive Date
- 11/04/2023
- Point of Contact
- Robert Schafer Loughman, Phone: 7193332799, April Delobel, Phone: 7193577401
- E-Mail Address
-
robert.loughman@us.af.mil, april.delobel.1@us.af.mil
(robert.loughman@us.af.mil, april.delobel.1@us.af.mil)
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Notice ID is FA700024AFTS and shall be used to reference any written response to this Sources Sought. United States Air Force Academy anticipates a requirement that is being considered under a small business set-aside program. For the purpose of this acquisition, the anticipated North American Industry Classification System Code (NAICS) is 334519, Other Measuring and Controlling Device manufacturing and the size standard is 600 employees. The purchase of two Annular Force/Torque Sensors is required�to test parachute lines in the wind tunnel. The sensors need to be strong and accurate because�tension in the line can be high while the sensor measures small side forces. These devices are crutial for the Department of Aeronautics to gather data to support research projects. ---------------------------------------------------------------------------------------------------------------------------------------------------- The necessary salient characteristics for Two Annular Force/Torque Sensors are listed below: - 6 Axis. -�19.6 mm-diameter hole in the middle the force/torque sensor that allow the parachute line we are testing to pass through it, and the hole needs to be this size or bigger. -�8-lb range for forces. - 4-in-lbs range for torque. - Thin design, 15 mm or below that allows us to mount the sensor outside the wind tunnel and avoid flow interference.� - Sensor also must mount annularly. - Power supply for Sensors. - Data acquisition linkages needed to connect the sensor to data acquisition computers. ------------------------------------------------------------------------------------------------------------------------------- Include in your capabilities package/email your UEI/Cage Code, and System for Award Management expiration date, and any related specifications/drawings. We are interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. 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. This requirement is subject to the Buy American Act, and respondents are required to state the country of orgin for the product. Preferred delivery is FOB Destination to USAF Academy, CO 80840. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the 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, service disabled veteran-owned small business, HUBZone small business, woman owned small business, veteran-owned small business, or small business). 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. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov Responses may be submitted electronically to the following e-mail addresses:? robert.loughman@us.af.mil?and april.delobel.1@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN: November 3rd at 2:00 PM (MDT). Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through SAM. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a61037f505b54daab83fb1ccc3a04a0d/view)
- Place of Performance
- Address: CO 80840, USA
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN06872696-F 20231102/231031230053 (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 |