Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 24, 2020 SAM #6904
SOURCES SOUGHT

66 -- Nephelometer

Notice Date
10/22/2020 6:11:44 AM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FE230002740056
 
Response Due
10/30/2020 9:00:00 AM
 
Archive Date
11/14/2020
 
Point of Contact
Claire Minniear, Michael R. Bonham
 
E-Mail Address
claire.minniear@us.af.mil, michael.bonham.1@us.af.mil
(claire.minniear@us.af.mil, michael.bonham.1@us.af.mil)
 
Description
SOURCES SOUGHT FE230002740056 (Not a Notice of Solicitation) Ops Tempo and Aerosol Light Scatter Forensics � Nephelometer Notice from the United States Air Force, Air Force Life Cycle Management Center, Instillation Contracting Division, Base Support Contracting Branch at Wright-Patterson Air Force Base (WPAFB), Ohio:. �The Government is seeking capabilities packages from all potential sources, including, but not limited to, small business (SB), 8(a) participants, HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB) that are capable of providing a Nephelometer for the Air Force Institute of Technology (AFIT). Firms that respond shall 1) specify that offered products meet the specifications provided below and 2) provide detailed information to show clear technical compliance. THIS SOURCES SOUGHT IS FOR MARKET RESEARCH PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSALS. � All interested firms shall submit a response to the Primary Point of Contact, Ms. Claire Minniear, demonstrating their capability to provide the below detailed item(s). As stipulated in Federal Acquisition Regulation (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 will be solely within the Government's discretion. The North American Industry Classification System (NAICS) code assigned to this acquisition is 334519, Other Measuring and Controlling Device Manufacturing with a standard size of 500 employees. Firms responding should indicate their size in relation to this small business size standard; and indicate socio-economic status (8(a) with Graduation Date, SDVOSB, EDWOSB, WOSB, and/or 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 Department of Defense (DoD) contract. No set-aside decision has been made. Please note that the rules governing affiliation and ostensible subcontracting apply when determining size under FAR 52.219-14, Limitations on Subcontracting, as does the Non-Manufacturer Rule if a supply NAICS code is chosen and when applicable.� Respondents should consider how the primary tasks identified in this sources sought will be broken out between prime contractor and subcontractors to avoid ostensible subcontracting and address this in their response, if necessary. Any information submitted by respondents to this sources sought 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 business or any particular small business program. Please be aware that the Government acquisition team is still determining its acquisition strategy, and if it is determined that this acquisition will be set aside for Small Business and/or 8(a) participants, FAR 52.219-14, Limitations on Subcontracting will apply. 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 five (5) pages.� All correspondence sent via email shall contain a subject line that reads: Sources Sought � Nephelometer If this subject line is not included, the email may not get through email filters at WPAFB. 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. Responses shall be submitted via email to the following address: Claire.minniear@us.af.mil RESPONSES ARE DUE NO LATER THAN 30 October; 2020 AT 12:00 PM Eastern Time. Direct all questions concerning this acquisition to Ms. Claire Minniear at claire.minniear@us.af.mil and include the necessary subject line indicated above. Summary: The Air Force Institute of Technology (AFIT) is looking is looking to acquire 4 (four) nephelometers that are to be used at different locations in order to conduct research on air pollution and emissions resulting from different events at several regional Air National Guard and Reserve Bases. In subsequent investigations the same equipment will be staged at key space and ballistic missile test launch facilities It will also aid in student learning and be used for demonstration purposes. Minimum Requirements: 1. Determines light scatter at three (minimum) visible wavelengths (e.g. 0.450 microns, 0.525 microns, and 0.635 microns; or 0.450 microns, 0.550 microns, and 0.700� microns) and implements an integrating geometry design to enhance signal to noise. 2. Utilizes LED light sources to reduce heating of the ambient air sample in the measurement cell 3. Determines light scattering coefficient due to aerosol over the range of 0.2 to 10,000 inverse megameters (Mm-1) 4. Continuous, 24/7 operation (in all-weather when enclosed in all-weather climate controlled enclosure) 5. Capable of sampling data from at least once per 10 second to once every minute 6. Automatic temperature and pressure compensation when determining light scatter coefficient. 7. Automatic and manual zero and span calibration, including auto-calibration of light source� automatically adjusts the gain of the instrument at user defined pre-programmed time intervals. 8. The user shall be able to periodically calibrate the instrument without having to return the equipment to the original equipment manufacturer--includes pre-programmed co-efficient calculations of any of the standard calibration gases used for calibration (e.g. CO2)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2ac9ffea2b3a4b25a44dd7a0016e98ae/view)
 
Record
SN05836530-F 20201024/201022230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.