Federal Bid

Last Updated on 22 Dec 2018 at 9 AM
Sources Sought
Location Unknown

Neuromorphic Cameras

Solicitation ID FA8601-19-Q-0240SS
Posted Date 23 Nov 2018 at 3 PM
Archive Date 22 Dec 2018 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)
FA8601-19-Q-0240SS

The United States Air Force, AFLCMC/ Operational Contracting 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 4 Neuromorphic Cameras for the Air Force Institute of Technology as defined in the attached Requirement Description. Firms that respond shall specify that their product meets 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- Statement of Work

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 QUOTE) 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 334118 (Computer Terminal and other Computer Peripheral Equipment Manufacturing) with a size standard of 1,000 persons. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a) Graduation Date ___, SDVO, EDWOSB, 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 as follows:

By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. The Non-Manufacturer Rule is an exception to the LOS performance requirements, and provides that a firm that is not a manufacturer may qualify as a small business on a supply contract set aside for small business if, among other things, it supplies the product of a small business made in the United States.


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 "Neuromorphic Cameras " 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 not exceeding 10MB. All other attachments may be deleted. Responses may also be mailed to:

AFLCMC/PZIBB,
ATTN: POC- Andrew Boggs
1940 Allbrook Dr., Rm 109
Wright-Patterson AFB, OH 45433-5309 Or electronically at [email protected]

 


RESPONSES ARE DUE NOT LATER THAN 7 December 2018 BY 3:00 PM EST. Address questions regarding this sources sought to Andrew Boggs by phone at (937) 522-4547 or via e-mail at [email protected].

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 14 Jan 2019 at 5 PM
Washington District of columbia 23 Sep 2020 at 7 PM