Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2012 FBO #3914
SOURCES SOUGHT

61 -- Solar Panels - Offeror Certifications

Notice Date
8/10/2012
 
Notice Type
Sources Sought
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KBAD2122A001
 
Archive Date
9/1/2012
 
Point of Contact
Rane A. Linton, Phone: 5058534603, Carl Landreneau, Phone: 505-846-4877
 
E-Mail Address
Rane.Linton@Kirtland.af.mil, carl.landreneau@kirtland.af.mil
(Rane.Linton@Kirtland.af.mil, carl.landreneau@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Please certify attached document and return with responses. SOURCES SOUGHT SYNOPSIS. This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation. DO NOT submit a quote or proposal in response to this synopsis. The Air Force Nuclear Weapons Center (AFNWC) / PKOA, Kirtland AFB, Albuquerque, NM, seeks potential business sources to provide solar panels. The AFNWC/PKOA reserves the right to determine if a SB set-aside is appropriate. Additionally, we reserve the right to determine if one of the targeted socio-economic is appropriate for a set-aside based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the AFNWC/PKOA to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the required services. Firms responding to this announcement must be registered in the System for Award Management (SAM) and should include company name, cage code, point of contact, address and indicate if it is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business. The Government reserves the right to consider the acquisition for the 8(a) program based upon responses received to this sources sought announcement. The proposed contract is anticipated to be a firm-fixed price contract. The North American Industry Classification System (NAICS) code for this acquisition is 334413 (Semiconductor and Related Device Manufacturing ), and the size standard for small business is 500 Employees. The Statement of Need for this requirement is as follows: Objective: The intended purpose of this procurement action is to obtain a flight like solar panel per the following specifications, containing multiple strings of high efficiency GaAs based multijunction solar cells. The panel is intended for in-house testing purposes only, but should include provisions for potential future re-use (ie. Include appropriate rear surface attachment points for potential use as a body mounted panel. Mechanical Specifications: Overall dimensions: approximately 24" (609mm) x 24" (609mm) outside dimensions, thickness not to exceed 2" (50.8mm) Substrate description: Aluminum honeycomb core / CFRP facesheet material. Shall include (8) eight potted mechanical attachment inserts for 8-32 screws on rear surface around the perimeter of the panel (~ 2" setback from edge). Electrical Specifications: Cell Type: ~27cm2 Spectrolab XTJ or Emcore ZTJ qualified triple junction solar cells Coverglass: ARC coverglass of 4 to 6 mil thickness (CMG preferred) Interconnect / Construction Method: Welded cell interconnects following qualified interconnection procedure (ex. AIAA S-112) String Length: 19 cells per string Number of Strings: 6 String Configuration: String layout configured to minimize electromagnetic torques. Diode Configuration: One bypass diode per solar cell. Redundant blocking diodes on each string. Blocking diode board mounted to rear surface of panel is acceptable. Harness: Redundant string leads shall be fed to rear side of panel thru potted feedthruoughs near the center of the panel. Lead length on rear side is no less than 24" with bare wire termination. Panel Ground: Ground wire connected to panel aluminum honeycomb core, exiting panel on rear surface. Interested businesses should provide the following information: A. Company name, mailing address, cage code, DUNS number, point of contact (POC), POC telephone number and e- mail address. B. Business size status (i.e. 8(a), HUBZone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc.). C. Capability of providing qualified and experienced personnel, with SECRET clearances. D. Past Performance. Do you have past performance as a prime contractor or subcontractor on a contract of similar requirement? If so, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to this Statement of Need for Kirtland AFB. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. E. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support this contract, in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditures? F. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service would you perform. Responses are limited to not more than 10 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 is voluntary. Responses are due no later than 11:00 AM (MST) on 17 Aug 2012 via e-mail. Questions and responses should be addressed to the Primary POC SrA Rane Linton, via email, to rane.linton@kirtland.af.mil. Alternate POC is Mr. Carl Landreneau, Contracting Officer, carl.landreneau@kirtland.af.mil. Contracting Office Address: AFNWC/PKOA Contracting Division 2000 Wyoming Blvd SE Bldg 20604, Room B-22 Kirtland AFB, New Mexico 87117-5606 United States Place of Performance: Kirtland AFB, New Mexico 87117 United States Primary Point of Contact: SrA Rane Linton Contract Specialist rane.linton@kirtland.af.mil Phone: (505) 853 4603 Fax: (505) 846 4262 Secondary Point of Contact: Mr. Carl Landreneau, Contracting Officer carl.landreneau@kirtland.af.mil Phone: (505) 846 4877 Fax: (505) 846 4262
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAD2122A001/listing.html)
 
Place of Performance
Address: Kirtland AFB, Albuquerque, New Mexico, 87116, United States
Zip Code: 87116
 
Record
SN02835306-W 20120812/120811000537-cdbbb35528769d671334144c954580ac (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.