Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2020 SAM #6728
SOURCES SOUGHT

66 -- Eddy Current Surface Scanner

Notice Date
4/29/2020 6:42:37 AM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
FA4809 4TH CONS SQDN CC SEYMOUR JOHNSON AFB NC 27531-2456 USA
 
ZIP Code
27531-2456
 
Solicitation Number
F3T2EM0056AG01
 
Response Due
5/4/2020 12:00:00 PM
 
Archive Date
05/19/2020
 
Point of Contact
Melissa J. Pearce, Phone: 9197225607, Christine Docker, Phone: 9197221750
 
E-Mail Address
melissa.pearce.1@us.af.mil, christine.docker.2@us.af.mil
(melissa.pearce.1@us.af.mil, christine.docker.2@us.af.mil)
 
Description
SOURCES SOUGHT:� THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!� This notice does not constitute a commitment by the Government.� All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is F3T2EM0056AG01 and shall be used to reference any written responses to this source sought. Seymour Johnson Air Force Base anticipates a requirement that is being considered under a small business set-aside program. �The North American Industry Classification Systems (NAICS) Code proposed 334519.� The size standard for NAICS is 500 employees.� The requirement is to provide:�� One (1) Eddy Current Surface Scanner Salient Characteristics: 1. �Provide a constant-speed circular surface scanning pattern for applications requiring highly accurate inspections. 2. �High precision, easily readable display�of surface conditions enabling improved interpretation of data while giving�more accurate discernment of cracks, pits, gouges and fretting. 3. �Lightweight, battery-powered, a surface scanner with 3/4"" scan width, scan one (1) inch in two (2) seconds, scan speed of 3,000 revolutions per minute with a frequency of (20) kilohertz to ten (10) megahertz. 4. �Provides multiple display modes: surface imaging, impedance planes, oscilloscopes, and strip charts. 5. �Operate at twenty-four (24) volts direct current. 6. �Supports absolute and differential coil types. 7.� Integrated Null & Erase button on the ECS-3S scanner. 8. �Supply standard to calibrate unit. 9. �Compliant with ANSI and OSHA regulations Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings. We are interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement.� The Government requests interested parties submit a brief description of their company's business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Capabilities Package for Supplies: 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.� Also indicate if the firm is the manufacturer, or provide the name and size of the manufacturer of the proposed product(s).� Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. NOTE:� RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! Please note:� All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.� The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: Ms. Melissa Pearce at melissa.pearce.1@us.af.mil Ms. Christine Docker at christine.docker.2@us.af.mil Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 3:00pm EST on�4 May�2020 Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through betaSAM.� Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/63df99b18634445a9fb67bd7b4822e2f/view)
 
Place of Performance
Address: Goldsboro, NC 27531, USA
Zip Code: 27531
Country: USA
 
Record
SN05640347-F 20200501/200429230155 (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.