Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 28, 2012 FBO #4022
SOURCES SOUGHT

66 -- Thermoluminescent Dosimeters

Notice Date
11/26/2012
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-T-0051(SS)
 
Archive Date
12/11/2012
 
Point of Contact
Timothy G. Wilhelm, Phone: 9375224555
 
E-Mail Address
timothy.wilhelm.2@us.af.mil
(timothy.wilhelm.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, LCMC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources, including small business (SB), 8(a), HUBZone, Service-Disabled Veteran-Owned, Economically-Disadvantaged Women-Owned small businesses, that are capable of providing 10,000 Thermoluminescent Dosimeters (TLDs). Firms responding shall specify that their products meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to shall be included to determine commerciality. The specific technical requirements for the TLDs are as follows: 1. Four phosphor element TLD; two elements of Li2B4O7: Cu and two of CaSO4: Tm. 2. The first element is Li2B4O7: Cu and is shielded by 18 mg/cm2 of Mylar®. 3. The second and third elements, Li2B4O7: Cu and CaSO4: Tm, respectively, are shielded by approximately 360 mg/cm2 plastic. 4. The fourth element is CaSO4: Tm and is shielded by approximately 1,040 mg/cm2 of lead and plastic 5. The provided TLDs must have a form-factor that is compatible with, and capable of being read within a Panasonic UD-7900M Automatic TLD reader. All interested firms 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. The NAICS Code assigned to this acquisition is 334516, with a 500 employee size standard, Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), HUBzone, SDVO, EDWOSB). Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. 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. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. 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. 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), EDWOSB, etc.). Capabilities package: All interested firms 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: timothy.wilhelm@wpafb.af.mil in a Microsoft word compatible format or mailed to AFLCMC/PZIOAA POC: 1st Lt Timothy Wilhelm, 1940 Allbrook Dr., Room 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 2:00 PM Eastern Standard Time, 10 December 2012. Be advised that all correspondence sent via email shall contain a subject line that reads "FA8601-13-T-0051, Thermoluminescent Dosimeters (TLDs)." If this subject line in not included, the email may not get through email filters. at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to email. The email filter may delete all other forms of attachments. Direct all questions concerning this acquisition to Timothy Wilhelm at timothy.wilhelm@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-T-0051(SS)/listing.html)
 
Place of Performance
Address: WPAFB, OH, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02937041-W 20121128/121126234309-d0fafaee8f8bb1727687c9c0e49d9572 (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.