SOURCES SOUGHT
99 -- Comprehensive Oil Analyzer
- Notice Date
- 5/8/2020 11:21:40 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
- ZIP Code
- 45433-5344
- Solicitation Number
- FA860120Q0104SS
- Response Due
- 5/18/2020 1:00:00 PM
- Archive Date
- 06/02/2020
- Point of Contact
- Michael Muskopf
- E-Mail Address
-
michael.muskopf.1@us.af.mil
(michael.muskopf.1@us.af.mil)
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) FA860120Q0104SS Comprehensive Oil Analyzer The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in the Program Description below. CAUTION:� This Sources Sought is issued solely for information and planning purposes.� In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research.� The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet the Aerospace Fuels Laboratory�s requirement.� It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� Furthermore, the Aerospace Fuels Laboratory is not at this time seeking proposals, and will not accept unsolicited proposals.� Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought.� Please be advised that all submissions become Government property and will not be returned.� All costs associated with responding to this sources sought will be solely at the responding party�s expense.� Not responding to this sources sought does not preclude participation in any future RFP, if any is issued.� In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.� It is the responsibility of the interested parties to monitor this beta.SAM website for additional information pertaining to this source sought. INSTRUCTIONS: Below is a document containing a description of the requirement and a Contractor Capability Survey, which allows you to provide your company�s capabilities. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements.� Failure to provide documentation may result in the government being unable to adequately assess your capabilities.� If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Both large and small businesses are encouraged to participate in this Market Research.� Questions relative to this market survey should be addressed via email to Michael Muskopf (AFLCMC/PZIBB), michael.muskopf.1@us.af.mil no later than 4:00 pm EST on 18 May 2020. Verbal questions will NOT be accepted. PLEASE NOTE SUBMISSION GUIDENCE AT THE END OF THIS NOTIFICATION. PROGRAM DESCRIPTION The Aerospace Fuels Laboratory requires a comprehensive oil analyzer designed primarily for the determination of multiple physical and chemical tests in petroleum fluids (e.g. lubricants and hydraulic fluids). This instrument shall be used to test for Kinematic Viscosity (ASTM D8092); Elemental analysis (ASTM D6595); Particle Count/Ferrous concentration (ASTM D7596 / D6786); & Total Acid Number (ASTM D7889) initially of used petroleum samples at the Air Force Petroleum Agency�s Aerospace Fuels Laboratories at Wright Patterson AFB OH. REQUIREMENTS Detailed Specifications are listed in the attachments listed below: Attachment 1: Statement of Work � Comprehensive Oil Analyzer WARRANTY Standard commercial warranty. CONTRACTOR CAPABILITY SURVEY Part I.� Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code:� 334516 - Analytical Laboratory Instrument Manufacturing Based on the above NAICS Code, state whether your company is: Small Business, (Self-Certified or Third Party Certified)������������������� ���������� ����������� (Yes / No) Small Disadvantaged Business, (Self -Certified or Third Party Certified)����� ����������� (Yes / No) Woman Owned Small Business, (Self -Certified or Third Party Certified)� (Yes / No) Economically Disadvantaged Woman Owned Small Business, (Self -Certified or Third Party Certified)������������������������������������������������������������������� ����������� ����������� (Yes / No) 8(a) Certified, (Self -Certified or Third Party Certified)������������������ ����������� (Yes / No) HUBZone Certified, (Self -Certified or Third Party Certified)�������� ����������� (Yes / No) Veteran Owned Small Business, (Self -Certified or Third Party Certified)� (Yes / No) Service Disabled Veteran Small Business, (Self -Certified or Third Party Certified)���������� ����������������������������������������������������������������������������������������������������������������������� (Yes / No) *All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.� A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. Please provide a statement to acceptability of the following proposed non-commercial provisions and clauses, as they are determined to be consistent with customary commercial practice. FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Provisions in Clauses DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252-225-7048, Export-Controlled Items DFARS 252-243-7001, Pricing of Contract Modifications AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations �� ����������� No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting.� The clause reads, in part, as follows:� �Limitations on Subcontracting (Nov 2011) � (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for � (1) Services (except construction).� At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern� �.� Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. ATTENTION all potential respondents: The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement.� Please provide feedback on the requirement and what areas are likely candidates for SB subcontracting. Part II. Capability Survey Questions Please provide a product that would meet the specifications in the statement of work. Submission Guidence: Responses may be submitted electronically to the following email address: michael.muskopf.1@us.af.mil. All correspondence sent via email shall contain a subject line that reads �Comprehensive Oil Analyzer�.� If the 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 suspicious subject or attachments.� Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, or .xls documents are attached to your email. All other attachments may be deleted. Emails shall be limited to 10MB or less. E-mail responses should be received no later than 4:00 pm EST on 18 May 2020. Responses to questions from interested parties will be promptly answered via email. If deemed appropriate, non-proprietary questions may be posted on this beta.SAM website.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/681ec9f9f35840f4b083eef110361ece/view)
- Place of Performance
- Address: Fairborn, OH 45324, USA
- Zip Code: 45324
- Country: USA
- Zip Code: 45324
- Record
- SN05652190-F 20200510/200508230152 (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 |