Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOURCES SOUGHT

99 -- Gas Analysis Gas Chromatography System

Notice Date
6/17/2024 7:54:35 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA860124Q0130
 
Response Due
6/24/2024 9:00:00 AM
 
Archive Date
07/09/2024
 
Point of Contact
Melissa Prickett
 
E-Mail Address
melissa.prickett@us.af.mil
(melissa.prickett@us.af.mil)
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) FA8601-24-Q-0130 The United States Air Force, AFLCMC/ Operational Contacting Division, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including Small Business (SB), 8(a), HUBZone, Women Owned (WOSB), Economically Disadvantaged Women-Owned (EDWOSB), Veteran-Owned (VOSB), and Service-Disabled Veteran-Owned small businesses that are capable of providing a Gas Analysis Gas Chromatography System as defined in the attached Statement of Work. The Aerospace Fuels Laboratory (AFPET/PTPLH) is seeking a Firm-Fixed Priced contract. Firms that respond shall specify that they meet the specifications provided below and in attachments and provide detailed information to show clear technical compliance. Detailed Specifications are listed in the attachments identified below: Attachment� 1: Statement of Work (1 April 2024) All interested firms shall submit a response demonstrating their capability to meet the technical requirements 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 employees. Firms responding should indicate their size in relation to this size standard, and also indicate socio-economic status (SB, 8(a), VOSB, SDVOSB, WOSB, EDWOSB, and/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. Capability responses will be assessed and the data will be used to assist the Government in determining the acquisition strategy, including Small Business Set Aside (SBSA), sole source, or full and open, for any potential subsequent action.� In accordance with Federal Acquisition Regulation (FAR) 10.001, market research results will be used to determine whether FAR Part 19 criteria are met for a SBSA or further socio-economic set aside.� Note that a key factor in determining an acquisition to be a SBSA is that small business prime contractors meet the requirements set forth in compliance with FAR 52.219-14, Limitation of Subcontract.� Responses from small businesses, therefore, need to include rationale as to how compliance with FAR 52.219-14 will be achieved.� Also, the rules governing affiliation and ostensible subcontracting apply when determining size, as does the non-manufacturer rule. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. 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. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capabilities to provide the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements as stated in Attachment 1 hereto. Responses may be submitted electronically to the following email address: melissa.prickett@us.af.mil. All correspondence sent via email shall contain a subject line that reads �FA8601-24-Q-0130� 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, .docx, or .xlsx documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NOT LATER THAN 24 June 2024 BY 12:00 PM Eastern Daylight Time. Direct all questions concerning this acquisition to Melissa Prickett at melissa.prickett@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e88a2a019cc3403cbdd48042d04cd398/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN07100192-F 20240619/240617230122 (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.