Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2022 SAM #7368
SOURCES SOUGHT

J -- Sensor Calibration Services

Notice Date
1/31/2022 5:58:09 AM
 
Notice Type
Sources Sought
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
ATF WASHINGTON DC 20226 USA
 
ZIP Code
20226
 
Solicitation Number
BATF20220131BW
 
Response Due
2/4/2022 2:00:00 AM
 
Point of Contact
Brian Wilkins, Phone: 2026489120, Fax: 2026489654
 
E-Mail Address
Brian.Wilkins@atf.gov
(Brian.Wilkins@atf.gov)
 
Description
Sources Sought The purpose of this Sources Sought is to ascertain the capabilities and past performance of all Socio-economic Programs: includes SBA Certified 8(a) firms, SBA Certified HUBZone firms, Service-Disabled Veteran Owned, Woman Owned, Economically Disadvantaged Woman Owned and Small Business vendors and GSA Schedule Holders under the Socio-economic Programs to provide the required Sensor Calibration Services. These services will be provided in support of the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) National Center for Explosive Training and Research (NCETR). The applicable NAICS Code is 334513 Instruments and Related Products Manufacturing doe Measuring, Displaying, and Controlling Industrial Process Variables. This is not a Request for Quotation or Proposals. Responses to this Sources Sought are not considered offers and cannot be accepted by the Government to form a binding contract. Respondents should not submit any proprietary information when responding. The Government is not responsible for any costs incurred by respondents to this Sources Sought. If you are a Socio-economic vendor or GSA Schedule Holder under the Socio-economic Programs and would be interested in providing the Sensor Calibration Services in accordance with the Statement of Work (SOW) listed below you are requested to submit a capability statement which addresses at a minimum, the questions presented within this announcement. The Government will evaluate all responses and determine if the pool of interested Socio-economic vendor or GSA Schedule Holder under the Socio-economic Program vendors is capable of fulfilling this requirement. The Government does not intend to rank submitted capabilities. It is highly recommended that, prior to submitting a response, all interested Socio-economic vendor or GSA Schedule Holder under the Socio-economic Programs ensure the accuracy of their System for Award Management (SAM), ORCA and Dun and Bradstreet information; as these requirements are mandatory for any firm selected for a task order award. Please submit response in Microsoft Word or PDF format. Information should not exceed twenty-five (25) one-sided 8 � x 11 pages, with one inch margin, and font no smaller than 12 point. Additionally, there is to be no cover page, table of contents, appendix or extensive emails; if submitted, each page will count towards total page limit. Any interested Socio-economic or GSA Schedule Holder under the Socio-economic Programs capable of providing the required Sensor Calibration Services is requested to submit the information required in items 1-3 below to Brian.Wilkins@atf.gov no later than 5:00 p.m. EST on February 4th, 2022. Item #1. Company name, address, telephone number, a point of contact with email address and Data Universal Numbering System (DUNS) number. Indicate business size status for the NAICS Code identified in this document, if applicable, including Socio-economic status. Item #2. A summary of the company�s relevant past experience; to include a minimum of three references in providing the same or similar the Sensor Calibration Services as those required in the below SOW during the past three years, including any on-going contracts. Include contracting activities/agencies, contract numbers, contract value, contract period of performance, whether your company served as a prime contractor or subcontractor, and a point of contact 2 (name, email address and telephone number) at the activity who can verify the information you are providing. Item #3. Capability Statement � Please describe in detail how you would fulfill the requirements of the below SOW. Statement oof Work (SOW) ATF requires the ability to be able to continue using the existing K9903C system that is in place for validation of the specification of PCB sensors. This system must support ATF�s requirements to be able to validate all sensors before and after use. The requirement is for support, service, maintenance, and yearly calibrations of the K9903C system.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/23585ec954514edc9a610796a5095435/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN06229088-F 20220202/220131230110 (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.