SOURCES SOUGHT
66 -- Bulk Fuel Test Equipment
- Notice Date
- 5/17/2012
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
- ZIP Code
- 22060-6222
- Solicitation Number
- SP0600-12-R-0435
- Point of Contact
- Chris Archer, Phone: 703-767-9334, Joseph D. Knudson, Phone: 703-767-1153
- E-Mail Address
-
christopher.archer@dla.mil, joseph.knudson@dla.mil
(christopher.archer@dla.mil, joseph.knudson@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice only. It seeks information from small business sources that can provide aviation fuel test equipment. No solicitation is being issued at this time. The amount of information available for publication at this time is limited. This notice is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. The Defense Logistics Agency (DLA) Energy seeks potential small business sources to provide portable aviation fuel test equipment for delivery to Wright-Patterson Air Force Base (AFB), Ohio with training to be conducted at Dover AFB, Delaware. Specifically, the requirement includes: 1. Three automatic particle counters adhering to the specification IP564; 2. One automatic particle counter adhering to the specification IP565, and; 3. Twelve oil/fuel cleanliness indicators with laser-based particle detection. The Government may award multiple firm-fixed-price type contracts but reserves the right to award one contract only for all requirements. The applicable North American Industry Classification System (NAICS) code is 334516 and the small business size standard is 500 employees. The Government is interested in the following small business categories to respond to this notice: Small Businesses, 8(a) Businesses, Historically Underutilized Business Zone (HUBZone) Businesses, and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), Woman-Owned Small Businesses (WOSBs), and Economically Disadvantaged Women-Owned Small Businesses (EDWOSBs). Responses are limited to not more than 5 pages. The Government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by industry to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All responses to this notice are to be submitted by 1500 hours EDT on June 1, 2012. Only responses submitted via email will be considered. Email submissions to: Christopher.Archer@dla.mil In the event a decision is made to set-aside line items within the solicitation, an offeror who certifies as a small business and offers on a line item set aside for exclusive small business participation must obtain its deliverables from a small business manufacturer or manufacture the deliverables itself. Interested companies should respond to the following: 1. Provide a company profile to include number of employees, office location(s), DUNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the Central Contractor Registration (CCR) (www.ccr.gov) is required for DLA Energy contractors. 2. Past Performance. Do you have experience as a prime contractor or subcontractor supplying the deliverables described in paragraph 2 of this document? 3. Are you capable of manufacturing the deliverables described in paragraph 2? If not, can you obtain the deliverables described in paragraph 2 from a small business manufacturer? 4. Are you capable of making delivery to Wright-Patterson AFB, OH and providing one day of training at Dover AFB, DE? 5. What kind of warranty do you provide? 6. What lead time do you require to procure and ship the items featured in paragraph 2?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP0600-12-R-0435/listing.html)
- Place of Performance
- Address: Wright-Patterson AFB, OH and Dover AFB, DE, United States
- Record
- SN02751259-W 20120519/120518000714-db05754cc8e693f331bf9d2ed37633ce (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 |