SOURCES SOUGHT
70 -- Image Plae Scanner
- Notice Date
- 8/1/2013
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-13-Q-B144
- Archive Date
- 8/24/2013
- Point of Contact
- Alexaner W. Wolf, Phone: 3214943938
- E-Mail Address
-
Alexander.Wolf@patrick.af.mil
(Alexander.Wolf@patrick.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOURGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and is not to be construed as a commitment by the Government. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 334516. The size standard for NAICS is 500 EMP. The requirement consists of the following TyphoonFLA-7000 0001 P/N 28955809 - Image plate scanner, 2 each The requirement is to map different matrices of samples for trace activity levels. The output file is required to be in digital format capable of being shared between different National laboratories within our system. GE Typhoon FLA-7000 image plate scanner is a system that is used to map the location and levels of activity within many different samples matrices. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. 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. 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 us 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 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), 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: 45cons.lgcb.e-bids@us.af.mil Please provide a GSA contract number applicable to this requirement. Submit capabilities packages by email to 45cons.lgcb.e-bids@us.af.mil with Attn: FA2521-13-Q-B144. RESPONSES ARE DUE NO LATER THAN 9 Aug 2013 at 1500 EST. Approved LINDA M. PENUEL Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-13-Q-B144/listing.html)
- Place of Performance
- Address: Patrick AFB, Patrick, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03134653-W 20130803/130801235915-6c4b71ad7d44d9203a87ba67a9122906 (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 |