Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2020 SAM #6756
SOURCES SOUGHT

66 -- Ellipsometric Tube Rater

Notice Date
5/27/2020 8:39:46 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
FA8601-20-Q-0111-SS
 
Response Due
6/3/2020 10:00:00 AM
 
Archive Date
06/18/2020
 
Point of Contact
Caleb T. Rose, Phone: 9375224606, Kelli M Locker, Phone: 9375223393
 
E-Mail Address
caleb.rose.1@us.af.mil, kelli.locker@us.af.mil
(caleb.rose.1@us.af.mil, kelli.locker@us.af.mil)
 
Description
SOURCES SOUGHT (Not a Notice of Solicitation) Ellipsometric Tube Rater The United States Air Force, Air Force Materiel Command, Air Force Life Cycle Management Center, Installation Contracting Division, Base Support Contracting Branch at Wright-Patterson Air Force Base, Ohio, is seeking capabilities packages of all potential sources, including 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 an Ellipsometric Tube Rater for the Air Force Petroleum Agency (AFPET). Firms that respond shall 1) specify that their product meets the specifications provided in the attached draft Statement of Work (SOW) 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. Draft Minimum Requirements are listed in the attachment identified below: Attachment 1 � Draft Statement of Work All interested firms shall submit a response to the Primary Point of Contact, Mr. Caleb Rose, demonstrating their capability to provide these items. 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 shall be solely within the Government's discretion. The North American Industry Classification System (NAICS) Code assigned to this acquisition is 334516 (Analytical Laboratory Instrument Manufacturing) with a size standard of 1,000 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, 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 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.� Respondents should consider how the primary tasks identified in this sources sought will be broken out between prime & 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 buy will be set aside for Small Business 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 � Ellipsometric Tube Rater If this subject line is not included, the email may not get through email filters at Wright-Patterson Air Force Base 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. All email correspondence shall be sent to the Contract Specialist, Caleb Rose at caleb.rose.1@us.af.mil RESPONSES ARE DUE NO LATER THAN 3 June 2020 AT 1:00 PM Eastern Time. Direct all questions concerning this acquisition to Caleb Rose at caleb.rose.1@us.af.mil using the required subject line indicated above.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a2f5ccd16ccc4f70a82c418a0159660f/view)
 
Record
SN05672288-F 20200529/200527230201 (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.