SOURCES SOUGHT
66 -- Sulfur Analyzer - Sources Sought
- Notice Date
- 5/14/2018
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- 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
- F3ST708032A001
- Point of Contact
- Gene G. Wollet, Phone: 9375224604
- E-Mail Address
-
gene.wollet@us.af.mil
(gene.wollet@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) F3ST708032A001 The United States Air Force, AFLCMC/ Operational Contacting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including small business (SB), small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB),8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), Historically Underutilized Business Zone small business (HUBZONE), and other than small business (OTSB) businesses that are capable of providing a Sulfur Analyzer as defined in the attached Brand Name or Equal Requirement Description. Firms that respond shall specify that their services meet the specifications provided in the attachment below and provide detailed information to show clear technical compliance. Detailed Specifications are listed in the attachment identified below: 1.Attachment 1- Brand Name or Equal Requirement Description All interested firms shall submit a response demonstrating their capability to provide these items 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 (Request for Proposal) 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 (Analytical Laboratory Instrument Manufacturing) with a size standard of 1,000 employees and the Product and Service Code (PSC) is 6635 (Physical Properties Testing and Inspection). Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, SDB, WOSB, EDWOSB, 8(a), SDVOSB, VOSB, HUBZone). 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 action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, “Limitations of Subcontracting”. Please provide rationale as to how compliance with these limitations would be achieved. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Please be advised that the rules governing affiliation and ostensible subcontracting apply when determining size under Limitations of Subcontracting, as does the NonManufacturer Rule. 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 assessment 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 program. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required commodities. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The response must not exceed 15 pages. Responses may be submitted electronically to the following e-mail address: gene.wollet@us.af.mil. All correspondence sent via email shall contain a subject line that reads "F3ST708032A001, Sulfur Analyzer" If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls or.xls documents are attached to your email. All other attachments may be deleted. The entire response must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. Responses may also be mailed to: AFLCMC/PZIOB, ATTN: POC- Gene Wollet 1940 Allbrook Dr., Rm 109 Wright-Patterson AFB, OH 45433-5309 Or electronically at gene.wollet@us.af.mil RESPONSES ARE DUE NOT LATER THAN 25 May 2018 BY 4:00 PM EST. This is a sources sought seeking capability responses, not a solicitation for proposals. Direct all questions concerning this acquisition to Gene Wollet at gene.wollet@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F3ST708032A001/listing.html)
- Place of Performance
- Address: Aerospace Fuels Laboratory, AFPET/PTPLA (FP2070), 2430 C. Street, Building 70, Area B, Wright Patterson AFB, Ohio, 45433-7632, United States
- Zip Code: 45433-7632
- Zip Code: 45433-7632
- Record
- SN04921608-W 20180516/180514230820-49b9c2cfa66f752fdd1ccf09196f3c34 (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 |