Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 23, 2022 SAM #7663
SOURCES SOUGHT

49 -- Tektronix for DA test Stations

Notice Date
11/21/2022 2:42:42 PM
 
Notice Type
Sources Sought
 
Contracting Office
FA8571 MAINT CONTRACTING AFSC PZIM ROBINS AFB GA 31098-1672 USA
 
ZIP Code
31098-1672
 
Solicitation Number
73283
 
Response Due
12/2/2022 2:00:00 PM
 
Archive Date
12/21/2023
 
Point of Contact
Brandi Morris, Phone: 4789268172
 
E-Mail Address
brandi.morris@us.af.mil
(brandi.morris@us.af.mil)
 
Description
Versatile Diagnostic Automatic Test Station (VDATS) Parts The Government is conducting market research to identify potential sources that can provide VDATS parts to meet the Government�s requirements.� The VDATS parts will be utilized by the 402d Electronics Maintenance Group (EMXG) Group in the manufacture of new VDATS stations. �The level of security clearance and amount of foreign participation in this requirement has not been determined.� The Government has determined that these are commercial items. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply. The Contractor shall provide all parts, materials, tools, personnel, labor, and transportation required to deliver the VDATS parts.� The known sole source contractor for this effort is: Tektronix, Incorporated �������������������� CAGE:� 80009 14150 SW Karl Braun Drive Beaverton, Oregon 97077-001 Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards.� The Government will not reimburse participants for any expenses associated with their participation in this survey. INSTRUCTIONS: The attached Purpose/Description document below contains a description of the VDATS parts requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company�s capability. 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.) Identify any areas of work that your organization believes should be broken out exclusively for Small Business. Both large and small businesses are encouraged to participate in this Market Research.� Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to the Program Manager, Brandi Morris via email at brandi.morris@us.af.mil Versatile Diagnostic Automatic Test Station (VDATS) Parts PURPOSE/DESCRIPTION ����� The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to provide VDATS parts to meet the Government�s requirements.� The parts will be utilized by the 402d Electronics Maintenance Group (EMXG).� The required VDATS parts are as follows: Part # Description QTY MSO64BGSA-6-BW1000 Tektronix Oscilloscope with options: G-RL-2, MSO64B-BW-1000, G-MTM, MSO64B 6-WIN 12 RM5 Rack Mount for MSO 12 SUP6-WIN SSD w/ Windows License 12 PN: TAP1500 �1.5 GHz Active Probe� 24 AFG31000-RMK Rackmount Kit for AFG31K Series 12 AFG31102 Arbitrary Function Generator 12 All materials must be new, direct from the Original Equipment Manufacturer (OEM) in order to maintain performance specifications and configuration control.� Tektronix, Inc. is the OEM for these parts: Tektronix, Incorporated �������������������� CAGE:� 80009 14150 SW Karl Braun Drive Beaverton, Oregon 97077-001 The Contractor shall provide special asset tags for the parts in accordance with MIL STD-130, DODI 8320.04, Item Unique Identification (IUID) Standards for Tangible Personal Property and DFARS 252.211-7703, Item Identification and Valuation. The Contractor shall provide a standard commercial warranty on all parts and labor commencing from date of acceptance by the Government.� CONTRACTOR CAPABILITY SURVEY VDATS Parts 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: ����� Government Proposed North American Industry Classification System (NAICS) Code: _334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals). ������ Based on the Government proposed NAICS Code, state whether your company is: Small Business���������������������������������������������� (Yes / No) Woman Owned Small Business�������������������� (Yes / No) Small Disadvantaged Business��������������������� (Yes / No) 8(a) Certified������������������������������������������������� (Yes / No) HUBZone Certified��������������������������������������� (Yes / No) Veteran Owned Small Business�������������������� (Yes / No) Service Disabled Veteran Small Business���� (Yes / No) System for Award Management (SAM)� ����� (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). IN ADDITION TO THE ABOVE: 1.��� Indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying. 2.��� Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104. 3.��� Please provide recent sales history to commercial companies in order to determine commerciality. Responses to the Capability Survey Part I and Part II must be received no later than close of business 02 Dec 2022.� Please ensure data is in a readable electronic format that can be received through a firewall. �Attachments shall not to exceed 10 MB per email. �Multiple emails are acceptable.� Responses must be sent via email to the following: Program Manager, Brandi Morris, brandi.morris@us.af.mil Questions relative to this market research should be addressed to the above. Part II. Capability Survey Questions General Capability Questions: 1.� Name of country where manufacturing takes place. 2. Describe briefly the capabilities of your facility and the nature of the products/services you provide. 3. Please list any previous Government contracts for this item: number and date, a brief description, agency/organization supported, and point of contact name and telephone number. 4. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? 5. What quality assurance processes and test qualification practices does your company employ?� Provide a description of your quality program (ISO 9001, AS9100, etc.). Provide a detailed quality plan implementing AS9100 (or equivalent). Commerciality Questions: Is there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions?� Briefly describe any differences. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. � Manufacturing Questions Demonstrate your ability and experience in the manufacture of the same or similar items, which are currently utilized in the commercial or military environment by providing the following information on the same or similar items: Contract Number Procuring Agency Contract Value Number of assets shipped If the item cannot be manufactured in total, state what your org
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/85343c2cd15a430c95c2e13f54ac89c5/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN06523712-F 20221123/221122211833 (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.