Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2007 FBO #2070
SOURCES SOUGHT

36 -- BLDG 1 TELESCOPES

Notice Date
7/26/2007
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Directed Energy Directorate, 2251 Maxwell Ave, Kirtland AFB, NM, 87117, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA9451-07-R-0214
 
Description
STARFIRE OPTICAL RANGE BUILDING 66001 TELESCOPE. The Air Force Research Laboratory, Directed Energy Directorate is seeking a contract to design and fabricate two 1-meter telescopes for the Starfire Optical Range site at Kirtland AFB NM. Businesses having the capability to perform this work are invited to submit a statement of capability (SOC) in order for the Government to determine whether the acquisition should be set aside for small businesses. Based on the results of the SOC evaluation, the Government reserves the right to set aside this requirement for small businesses. Offerors shall indicate whether they are/are not a small business, a small disadvantaged business, 8(a), hub-zone certified, woman-owned, or Historically Black College or University. The SOC shall contain pertinent and specific information addressing the following areas: (1) Experience in design and fabrication of 1 meter class telescopes that can maintain specifications (i.e. temperature, temperature change humidity, physical characteristics, etc.) when pointing at or in near proximity (line of sight) to the sun; (2) Ability to design, fabricate, install, and ensure operability of telescope system within 24 months after contract award; (3) Experience in software design that includes GUIs for control systems of 1 meter class telescopes. Interested businesses are requested to submit a Statement of Capabilities (SOC) (original plus 2 copies) within 15 calendar days of this announcement, substantiating each qualification described in (1) , (2), and (3) above for RFP FA9451-07-R-0214 to Det 8 AFRL/PKDL, Attn: Susan Thorpe, 2251 Maxwell Ave, Kirtland AFB, NM, 87117. Any responses received not addressing all the above requirements will be rejected. The SOC is limited to 5 pages, single-spaced, 12-point font, Times New Roman, excluding resumes and product brochures. Regarding resumes, submittal of names, professional qualifications and specific experience of all personnel who may be assigned, not including clerical, may be included to enhance our consideration and evaluation of the information submitted. Submitted information shall be unclassified. Potential offerors responding to this sources sought synopsis must indicate whether they qualify as a small business under NAICS Code 333314 with a size standard of 500 employees. This is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any costs incurred as a result of this announcement shall be borne by the offeror and will not be charged to the Government for reimbursement. Potential offerors should refer contracting concerns to the Contracting Officer, Susan Thorpe at (505) 846-3404, or refer technical concerns to the Project Officers, Capt Mike Walter (505) 846-5036 and Mr. Mark Kramer (505) 846-8198. The operations, research, and test data produced under resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control Act and/or subject to U.S. Export Control laws. Therefore, only offerors who are certified by the Defense Logistics Information Services (DLIS) may submit offers. Contact US/Canada Joint Certification Office, DLIS, Federal Center, 74 Washington Ave, North, Battle Creek, Michigan, 49017-3084, (800) 352-3572, http://www.dlis.dla.mil/jcp/, for further information on certification and the approval process. Offerors are required to either submit a copy of the DLIS approved DD Form 2345 with their proposal or to the Contracting Officer if access to unclassified, limited distribution data is required to prepare the proposal. Foreign firms are advised that they will NOT be allowed to participate as the prime contractor.
 
Record
SN01353261-W 20070728/070726221220 (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 |
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.