Federal Bid

Last Updated on 21 Dec 2018 at 9 AM
Sources Sought
Chase Maryland

Nicolet 6700 KBr Off-Axis Beamsplitter (or Equal)

Solicitation ID FA8601-19-Q-0244ss
Posted Date 28 Nov 2018 at 8 PM
Archive Date 21 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 Chase Maryland United states
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)
Solicitation #FA8601-19-Q-0244-SS

The United States Air Force, AFLCMC/Operational Contacting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including other than small business, small business (SB), small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone) small businesses that are capable of providing a Nicolet 6700 KBr Off-Axis Beamsplitter (or Equal) as defined in the attached Statement of Work - Nicolet 6700 KBr Off-Axis Beamsplitter (or Equal). Firms that respond shall specify their product(s) and requirements meet the specifications provided in the attachment below and provide detailed information to show clear technical compliance. All prospective contractors must be registered in the System for Award management (SAM) database to be awarded a DoD contract. Note that the NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM.

Detailed Specifications are listed in the attachment identified below:

1. Statement of Work - Nicolet 6700 KBr Off-Axis Beamsplitter (or Equal)


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 334516 (Analytical Laboratory Instrument Manufacturing) with a small business size limit of 1,000 employees; the FSC for this acquisition is 6650. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, SDB, WOSB, EDWOSB, 8(a), SDVOSB, VOSB, or HUBZONE SB). 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. Please provide rationale as to how compliance with these limitations would be achieved, including details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or other than small businesses will be used. Also note that the rules governing affiliation and ostensible subcontracting apply when determining size under the Limitations of Subcontracting, as does the Non-Manufacturer Rule if a supply NAICS code is chosen. Respondents should consider how the primary tasks will be broken out between prime and subcontractors to avoid ostensible subcontracting, and address in the response if necessary.

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, a small business set aside (or other socio-economic set aside), or a sole source acquisition.

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.

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 "Off Access Beamsplitter" 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/PZIBB,
ATTN: POC- Kristen Miller
1940 Allbrook Dr., Rm 109
Wright-Patterson AFB, OH 45433- 5344 Or electronically at
[email protected]

RESPONSES ARE DUE NO LATER THAN 6 December 2018 BY 12:00 PM EST. Direct all questions concerning this acquisition to Kristen Miller at [email protected]

Bid Protests Not Available

Similar Past Bids

Chase Maryland 30 Jan 2019 at 7 PM
Chase Maryland 30 Jan 2019 at 7 PM
Warren Michigan 12 Sep 2016 at 2 PM
Fort gordon Georgia 04 Sep 2012 at 9 PM
Indian head Maryland 20 Dec 2013 at 4 PM

Similar Opportunities

Mississippi 08 Jul 2025 at 7 PM
Washington navy yard District of columbia 31 Dec 2030 at 5 AM (estimated)
Washington navy yard District of columbia 31 Dec 2030 at 5 AM (estimated)
Washington navy yard District of columbia 31 Dec 2025 at 5 AM (estimated)
Washington navy yard District of columbia 31 Dec 2030 at 5 AM (estimated)