Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2012 FBO #3865
SOURCES SOUGHT

D -- High Speed Data System for Aeromechanics and Rotor Dynamics Data Monitoring - Sources Sought Synopsis

Notice Date
6/22/2012
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
F4FBEY2082A003
 
Archive Date
7/21/2012
 
Point of Contact
Jay C. Olson, Phone: 9376567373
 
E-Mail Address
jay.olson@wpafb.af.mil
(jay.olson@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Capabilities Matrix Sources Sought Synopsis This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This Sources Sought Synopsis is conducted to identify potential sources capable of meeting the requirements for providing a High Speed Data System for Aeromechanics and rotor dynamics data monitoring at the Air Force Research Labs Compressor Research Facility (AFRL/RZTE). Please review, in this order, the Sources Sought Synopsis and the Capabilities Matrix spreadsheet. The AFRL/RZTE requires a system capable of 288 channels of data collection at a rate of up to 200,000 samples per second. Data storage and display must be centralized in the control room which is 500 feet away from the point where data is to be digitized. The system must use only Commercial-Off -the-Shelf (CoTS) hardware and must contain support for the current Precision Filters Signal Conditioning and use the Fluke 5700 Calibrator as the voltage reference. The Air Force anticipates this acquisition will utilize procedures outlined in FAR Part 12-Acquisition of Commercial Items and FAR Part 15-Contracting by Negotiation. Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested parties shall submit a capabilities package. Interested contractors shall review, fill-in and return the attached Capabilities Matrix and may also submit a 6-8 page capabilities document. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract and what the scope of the experience was. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements. Your statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. Please submit one (1) electronic copy of your response to Jay Olson, Contracting Officer, at jay.olson@wpafb.af.mil. Statements should be submitted no later than 6 July 2012 at NOON Eastern Standard Time. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOpps website. If you have any questions, you may contact Jay Olson, Contracting Officer at jay.olson@wpafb.af.mil. See attached: 1. SS_Synopsis 2. Capabilities Matrix
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F4FBEY2082A003/listing.html)
 
Record
SN02784509-W 20120624/120622235855-e8710e32a5e80992198a60c914e37275 (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.