SOURCES SOUGHT
58 -- Space Research Equipment and Services
- Notice Date
- 1/4/2017
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), FAS Acquisition Operations Division (5QZA), 230 S. Dearborn Street, Room 3280, Chicago, Illinois, 60604, United States
- ZIP Code
- 60604
- Solicitation Number
- ID05170005
- Point of Contact
- Jacqueline M. McGlone, Phone: 6182065215
- E-Mail Address
-
jacqueline.mcglone@gsa.gov
(jacqueline.mcglone@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- The General Services Administration (GSA) is seeking sources for the Air Force Institute of Technology (AFIT) Center for Space Research and Assurance to provide services and equipment in support of research activities. Contractor(s) will deliver designs, supplies, and equipment (with interface documents) for satellite system components, laboratory and measurement systems, manufacturing and test systems, computer and network systems, and/or ground-based sensors. CONTRACTING OFFICE ADDRESS: GSA Acquisition Operations Division (5QZA) 1710 Corporate Crossing Suite 3 O'Fallon, IL 62269 INTRODUCTION: This is a SOURCES SOUGHT to determine the availability and technical capability of both large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, and Woman Owned Small Business) to provide the required products and/or services. On behalf of AFIT, GSA is seeking information for potential sources for providing the equipment and services discussed herein. The Government is contemplating awarding a multiple-award Basic Purchase Agreement (BPA) covering the following categories: - Satellite system components - Structures and materials - Manufacturing and test systems - Laboratory and measurement systems - Computer and network systems - Ground-based sensors DISCLAIMER: This sources sought is for informational purposes only. This is not a request for quote. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. REQUIRED CAPABILITIES: Potential sources shall include detailed responses of their ability to provide items from the following list of equipment. This list is based on historical purchases/requirements and is subject to change. The Government expects the BPA to include products and services from the categories listed in the Introduction section above. Contractors are not required to be capable of providing equipment in all of the categories listed in the Introduction section or provide every item listed above. Historical Equipment/Requirements: CubeSat Tracking System Vacuum Chiller System Mark 10 TQCM Laser Cutting System CubeSat Attitude Control SEM Micro Thermo Imaging Flight Follower High Speed IR Camera Micro PPT Pseudo Linear Hall Effect Thruster Spirent GNSS L2 GPS Simulator SDRx with Beamformer and Phased Antenna Array Trident ZDO PCB Cleaner HYDROS Thruster Performance Characterization 3D Composite Printer Solar Panel Test System BGA Rework Station Board Tining and Vias Nitrogen Generator System SimSat Attitude Controller Xe Based Velocity Field-Sensor PPU for Low Power HET Ion Thruster Chamber Extension Selective Laser Melting (SLM) R&D System Electron BackScatter diffraction-EBSD Energy Dispersive X-ray Spectrometer-EDS BIT 3i Iodine Ion Thruster FLIR-IR-AM Stencil Printer SOURCES SOUGHT: Because this BPA will encompass a variety of equipment and service categories, multiple North American Industry Classification System (NAICS) codes are being contemplated, including the following list of codes: 333242 Semiconductor Machinery Manufacturing 334412 Bare Printed Circuit Board Manufacturing 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing 336414 Guided Missile and Space Vehicle Manufacturing 423510 Metal Service Centers and Other Metal Merchant Wholesalers 423690 Other Electronic Parts and Equipment Merchant Wholesalers 541330 Engineering Services Each delivery/task order will have its own assigned NAICS code chosen from a group of NAICS codes included in the award. Please include any suggested NAICS codes in your response. SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Business (Small/Large); 4) Cage Code; 5) Detailed information addressing the Required Capabilities section above; including which of the categories and NAICS' listed above that they provide equipment and services under and which equipment listed under "Historical Equipment" they can provide. 6) Information on any contracting vehicles this effort could be provided under (GSA Multiple Award Schedule, Government-wide Acquisition Contract, etc.); 7) Justification if you believe any of the equipment listed above should be considered Sole Source, Brand Name Only, or Brand Name or Equal Vendors who wish to respond to this should send responses via email no later than 12 Jan 17, 9:00 AM Central Standard Time (CST) to Robin Swaney at robin.swaney@gsa.gov and Jackie McGlone at jacqueline.mcglone@gsa.gov. Interested businesses should submit a brief capabilities statement package (no more than eight pages) demonstrating the ability to provide the equipment listed above and related products. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b218ff117004fd0681616878be0cf577)
- Record
- SN04362541-W 20170106/170104234048-b218ff117004fd0681616878be0cf577 (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 |