Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2012 FBO #3837
SOURCES SOUGHT

59 -- Smart Power Strips - Executive Order 13221

Notice Date
5/25/2012
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0202(SS)
 
Archive Date
6/19/2012
 
Point of Contact
Chad M. Hines, Phone: 9375224575
 
E-Mail Address
chad.hines@wpafb.af.mil
(chad.hines@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
EO 13221 SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing QTY: (approximately 77,000) Smart Power Strips. Contractors responding should specify that their equipment meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality. The required specifications for the Smart Power Strips are as follows: • ≥ (7) total outlets: ≥ (1) control outlet(s); ≥ (2) constant hot outlets; ≥ (4) switched outlets • ≥ 12 foot (length) power cord with a standard US three-prong 110-volt end • Surge protection with Electromagnetic Interference/Radio Frequency Interference (EMI/RFI) filter rated ≥ 900-joule surge protection and 40,000 AMP protection and RFI filter to 30 db • Rated to handle a minimum 15 AMP load • 110-volt AC, 60 Hertz power cable • Adjustable sensitivity control on side of unit to adjust the control outlets sensitivity • Must be UL listed with ETL certification of UL 1449 3rd edition, UL 1363 3rd edition • UL required 15 Ampere and UL Voltage Protection Rating (VPR): 800V L-N, 900 V L-G, 900V N-G • Minimum 2-year limited warranty against product defect (excluding deliberate or accidental damage) • Minimum $30,000 Lifetime "Connected equipment" warranty • Item must meet Executive Order 13221 (attached); device uses ≤ 1-watt in standby power consuming mode All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment 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 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. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 335999, "All Other Miscellaneous Electrical Equipment and Component Manufacturing." The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. 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 individually be notified of the results of any government assessments. The Government's evaluation 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 designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Chad.hines@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Chad Hines, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 0800 Eastern Standard Time, Monday 4 June 2012. Direct all questions concerning this acquisition to Chad Hines at Chad.hines@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0202(SS)/listing.html)
 
Record
SN02758997-W 20120527/120525235013-b2d4ad3080341d7f5c764b329012b71d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.