Federal Bid

Last Updated on 12 Jan 2016 at 9 AM
Sources Sought
Location Unknown

Impedance Analyzer

Solicitation ID FA8601ImpedanceAnalyzer
Posted Date 18 Dec 2015 at 2 PM
Archive Date 12 Jan 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc/Pk - Wpafb (Includes Pz, Wl, Ww, Wi, Wn, Wk, Lp, Wf, Wk)
Agency Department Of Defense
Location United states
                 SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)

The United States Air Force, AFLCMC/ Operational Contacting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, Economically Disadvantaged Women Owned (EDWOSB), and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing an Impedance Analyzer. Firms that respond shall specify that their services meet the specifications provided in the attachment below and provide detailed information to show clear technical compliance.

Detailed Specifications are listed in the attachment identified below:

1. Attachment 1 - Minimum Requirements for an impedance analyzer

All interested firms shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. As stipulated in 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 NAICS Code assigned to this acquisition is 334515 (Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals) with a size standard of 500 employees. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, 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 DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.

Any information submitted by respondents to this sources sought synopsis 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 businesses, or any particular small business program.

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 15 pages.

Responses may be submitted electronically to the following e-mail address: [email protected]. All correspondence sent via email shall contain a subject line that reads "FA8601Impedance Analyzer" If this 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 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. Responses may also be mailed to:

AFLCMC/PZIOBB,
ATTN: POC- Stephanie Foster
1940 Allbrook Dr., Ste. 3
Wright-Patterson AFB, OH 45433-5309 Or electronically at [email protected]

RESPONSES ARE DUE NOT LATER THAN 28 Dec 2015 BY 11:00 AM EST. Direct all questions concerning this acquisition to Stephanie.foster at [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 07 Jan 2016 at 1 PM
Newport Rhode island 23 Oct 2020 at 4 PM
Keyport Washington 26 Mar 2018 at 9 PM
Washington District of columbia 08 Dec 2020 at 9 PM
Chambersburg Pennsylvania 17 Apr 2019 at 1 PM