The Air Force Metrology and Calibration Program is considering a purchase of a JCAST/ACAST Calibration Kits. The JCAST/ACAST Calibration Kit (P/N: 6177-6213-CALKIT) is configured/plumbed in such a way that allows the entire kit to be connected to the JCAST/ACAST during calibration. The kits include the following: See attached Draft Purchase Description for a more detailed description.
1. MMR Pressure Gauge (0-100PSIG, 0.25%F.S.)
2. Altitude Pressure Gauge (0-15PSI, 0.1%F.S.)
3. Mask Pressure Gauge (0-100"H2O, 0.25%F.S.)
4. G-Suit Pressure Gauge (0-160"H2O, 0.25% F.S.)
5. Flowmeter (0-20SLPM, 2%Rdg or 0.005SLPM whichever is greater)
6. Flowmeter (0-300SLPM, 2%Rdg or 0.05SLPM whichever is greater)
7. Continuity Calibrator (2 Ohm to 2K Ohms, 0.25%Rdg to 2.5%Rdg)
8. Continuity LED Verification Unit (No Specs)
9. Ancillary Equipment: to include but not limited to (Ball and Needle Valves to control airflow to sensors, Pneumatic connections (MMR, Mask, G-Suit, Leak Connection, External Pump), External G-Suit hand pump.
10. Calibration Cable Assembly: P/N: 6177917
11. Multimeter Cable Assembly: P/N: 6177918
12. Electrical Calibration Verification Kit: P/N: 6177979
13. Panel: All components with the exception of the Continuity Calibrator, Continuity LED Verification Unit, and electrical cables shall be mounted in a front panel assembly.
14. Panel Configuration: All components shall be configured to follow the calibration process of the JCAST/ACAST. Configured the same as P/N: 6177-6213-CALKIT.
The NAICS code assigned to this acquisition is 334515 with a size standard of 500 employees.
The total estimated quantity is 24 units over 4 years.
Reconditioned, remanufactured, or used material is not acceptable for this item. Offerors responding to this sources sought market research notice must: (1) state whether you are a small or large business, if you are the manufacturer or provide the name of the manufacturer and size info of product you would be offering and the socioeconomic status and indicate small disadvantaged or woman-owned business, veteran owned, service disabled veteran owned, 8(a) historically black college or university or minority institution (HBCU/MI), or a historically underutilized business zone (HUBZone) (2) provide sales history including recent sales to commercial companies (3) advise if your product is a commercial item or if it will be modified; if not commercial at this time, will you be offering this item to the general public in the future. (4) advise if you have the item on a GSA schedule or other Government contract include front page of schedule and the page showing the part is on award (5) provide information concerning the technical capabilities of the product you are interested in offering, including commercial literature/brochures and warranty. Describe any awards you have been involved in that are the same as or similar to what is described in this RFI. Include any other pertinent information which would enable the government to assess your firm's capabilities (6) advise if you accept the Government purchase card (7) Provide Point of Contact including: company/ institute name, address, phone number and email address (8) provide assigned Commercial and Government Entity (CAGE) Code (9) Verify if your company/institute is listed in the System for Award Management (SAM) (10) State if your company is domestically or foreign owned (if foreign owned, please indicate the country of ownership) (11) Advise how much time you would need to submit a technical proposal if a solicitation is issued (12) provide an estimated price for one each, an estimated price for the total quantity and provide any price quantity discounts based on the total estimated quantity (13) include how many units you could deliver every 30 days (14) estimated delivery time for initial shipment.
Ensure only .pdf, .doc or .xls documents are attached to your email. Submit all responses to the listed point of contact. If an email response is not possible, submit by FAX to 740-788-5157 or mail to 813 Irving-wick Dr W., Horton Building, Heath OH 43056-1199. Reference 18M-505A-FL in all correspondence. Responses are due by 9/25/2017 at 2:00pm ET or 1400 hours; however, early responses are encouraged.
Point of Contact - Frank Capuano, Contract Specialist, Phone 740-788-5046
Email:[email protected].
Point of Contact - Allen Kurella, Contract Specialist, Phone 740-788-5052
Email:[email protected].