Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2012 FBO #4030
SOURCES SOUGHT

59 -- Precision pressure transducers

Notice Date
12/4/2012
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-T-0059ss
 
Archive Date
12/27/2012
 
Point of Contact
Christopher T. Roundfield, Phone: 9375222277
 
E-Mail Address
christopher.roundfield@wpafb.af.mil
(christopher.roundfield@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, LCMC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources including small business (SB), 8(a), Hubzone, and Service-Disabled Veteran-Owned small business (SDVOSB), that are capable of providing precision pressure transducers to conduct Research, Development, Test and Evaluation (RDT&E) within the research altitude chambers and human centrifuge. Firms responding shall specify that their products meet the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to shall be included to determine commerciality. The specifications for this requirement are listed in the attachment cited below: Requirements: Precision pressure transducers Operating altitude range of 0 to 100,000 ft ASL Operating temperature range of -40° to +70° C Pressure accuracy of +/- 0.1% FS Ability to operate in G forces from -3G to +20G Weight of less than 2 lbs Volume of less than 10 in3 Pressure ranges of +/- 2 psi, 20 psi, and 100 psi Response time of less than10 ms Analog output 0 - 5VDC, 0 - 10VDC, +/-5VDC or +/-10VDC Quick disconnect electrical connector Overpressure protection of at least 2 times full scale Mechanical shock resistant to at least 1200G, 0.5ms half sine wave Supply voltage between 5VDC and 30VDC Long term stability of no less 0.025% FS/year Differential pressure taps 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. NAICS Code assigned to this acquisition is 334519, with a 500 employee size standard. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, and Hubzone). Also indicate if you are a manufacturer or provide the name and size of the manufacturer of this product or 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 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. 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), 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: Christopher.Roundfield@wpafb.af.mil in a Microsoft word compatible format or mailed to AFLCMC/PZIOA, POC: Christopher Roundfield, 1940 Allbrook Dr., Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 2:00 PM Eastern Standard Time, 12 Dec 2012. Direct all questions concerning this acquisition to Christopher Roundfield at Christopher.Roundfield@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-T-0059ss/listing.html)
 
Place of Performance
Address: 2510 5th Street, Bldg 840 Area B, Wight-Patterson Air Force Base, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02942431-W 20121206/121204235651-c44b42aaa329c33baa62692c4817957e (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.