Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2012 FBO #4037
SOURCES SOUGHT

66 -- FIBER COLLIMATOR - FIBER COLLIMATOR

Notice Date
12/11/2012
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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-0070
 
Archive Date
1/4/2013
 
Point of Contact
GLORIA D. TIGGS, Phone: 9375224629
 
E-Mail Address
gloria.tiggs@wpafb.af.mil
(gloria.tiggs@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CAPABILITES STATMENT Fiber Collimator: The Id number is FA8601-13-T-0070, there is no solicitation. This is a Sources Sough Synopsis; there is no solicitation available. Requests for a solicitation will not receive a response. This Sources Sought Synopsis is published for market research purposes. This market research will be used to help determine if this may be a competitive acquisition, or if a set-aside for any small business program is appropriate (Small Business, 8(a), HUBZone, Service-Disabled Veteran-Owned (SDVO), Economically Disadvantaged Women Owned Small Businesses (EDWOSB)). The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. The Operational Contracting Division Base Support Acquisition Branch (AFLCMC/PZIOB) is seeking potential sources, including small business sources for this requirement. The Government anticipates issuing a commercial request for quotes (RFQ), for 18 High -Temperature Fiber collimators (9 single-modes and 9 multi-mode), see Attachment 1. The Government anticipates a competitive acquisition for this award. The NAICS Code is 334515 and the size standard is 500 employees. All responders should indicate size standard of business. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Interested parties are also encouraged to provide feedback regarding the information in Attachment 1, including a list of any additional information that they may require in order to provide a proposal for this acquisition. However, the Government may not be able to provide all of the information that is requested. CAPABILITIES STATEMENT Interested parties must submit a Capabilities Statement, with a cover sheet, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements. The Capabilities Statement should clearly present evidence that the interested party is fully capable of providing the required service and as such may contain any information that the interested party feels is relevant. A maximum of 4 pages may be submitted, not including the cover sheet. Capabilities Statements are to be presented in accordance with the attachment to this sources sought synopsis entitled "CAPABILITIES STATEMENT" (Attachment 1). Responding firms should 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. Please review this announcement, including all attachments, in their entirety. Request that prospective business offerors complete and return a Capabilities Statement as described in Attachment 1. Interested parties are also encouraged to provide feedback regarding the INFORMATION IN ATTACHMENT 1, including a list of any additional information that they may require in order to provide a proposal for this acquisition. (The Government may not be able to provide all of the information that is requested.) POINT OF CONTACT: GLORIA TIGGS, e-mailed (preferred) to gloria.tiggs@wpafb.af.mil no later than 20 Dec 2012, 12:00 Eastern Time, OR submit to AFLCMC/PZIOB ATTN: GLORIA TIGGS 1940 ALLBROOK DRIVE, ROOM 109 WRIGHT-PATTERSON AFB OH 45433-5309 Any questions should be directed to Gloria Tiggs at 937-522-4629. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-13-T-0070". Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attac
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-T-0070/listing.html)
 
Place of Performance
Address: WPAFB, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02946357-W 20121213/121211234357-655b8971225510b0ca04e02ed49aa9ba (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.