SOURCES SOUGHT
Z -- Service Temperature Units - Requirements
- Notice Date
- 4/23/2013
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-13-P-0236
- Archive Date
- 5/18/2013
- Point of Contact
- Lindsay N. Landes, Phone: 9375224501
- E-Mail Address
-
lindsay.landes@wpafb.af.mil
(lindsay.landes@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Test Branch Requirements on Service Temperature Units SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, AFLCMC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing preventative maintenance and NIST instrument calibration on two(2) environment chambers to conduct high and low temperature operations and storage tests and high temperature and high humidity operations and storage tests. These tests are required for safe to fly certifications. These chambers are not of the same brand names, Espec ESL-3CA S/N 017986C and Thermotron SM-32-C S/N 24986. Firms responding shall specify that their products meet the specifications provided below and provide detailed product information to show clear technical compliance. Information about the firm's standard warranty is also requested. Additionally, sales history including recent commercial companies sold to should be included to determine commerciality. This requirement is to procure a preventative maintenance service contract for both the Espec and Thermotron environment chambers. The required specifications for items must meet the attached draft list of salient characteristics, titled "Test Branch Requirements on Service Temperature Units" and is dated 22 April 2013. 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. Firms 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 is not to exceed 1000. NAICS Code to be used for this acquisition 811219. 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 firm 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 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: lindsay.landes@wpafb.af.mil in a Microsoft Word compatible format or mailed to AFLCMC/PZIOA POC: Lindsay Landes, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 12:00 noon, Eastern Time, 03 MAY 2013. Direct all questions concerning this acquisition to Lindsay Landes at indsay.landes@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-P-0236/listing.html)
- Record
- SN03043342-W 20130425/130423234952-33ccfb09601bc51c96d1b8ff6c5fb479 (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 |