Federal Bid

Last Updated on 17 Jun 2014 at 8 AM
Sources Sought
Location Unknown

Pyrometers

Solicitation ID FA2521-14-Q-B140
Posted Date 19 May 2014 at 12 PM
Archive Date 17 Jun 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa2521 45 Cons Lgc
Agency Department Of Defense
Location United states
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and is not to be construed as a commitment by the Government.

The solicitation number FA2521-14-Q-B140 shall be used to reference any written responses to this sources sought.

Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 334513 . The size standard for NAICS is 500 employees.

The requirement is for (4) Pyrometers CellaTemp PA 43 AF 8/C or similar with specific salient characteristics stated below:

Salient Characteristics: We require an optical pyrometer to measure the temperature of a small source (1.0mm x 1Omm) while it is located in the high vacuum chamber of a mass spectrometer. We require accurate temperature readings of the filament/sample up to 3000°C along with a temperature and optical display on the end of the pyrometer. In addition to these technical requirements there are several size constraints. The pyrometer will be mounted onto the optical view port of the mass spectrometer. This view port is 3 inches in diameter . The view port is on the side of the chamber, meaning the pyrometer must be light in weight in order to be mounted correctly and prevent slipping. The pyrometer weight should be around 2 1bs. Finally , the view port is located near other cabling and a hand turn wheel mechanism . In order to avoid rewiring the cabling and for this hand turn wheel mechanism to work with full functionality the pyrometer must be small in diameter and length with minimal accessories. The pyrometer should be close to 2.66" in diameter and 8.66" in length with no other necessary viewing stations.

The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small busines (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.

Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision."

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 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.

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 evaluation 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 designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.).

All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort.

Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.

Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date.

Responses may be submitted electronically to the following e-mail address: [email protected]; by mail to 45 CONS/LGCB, Attn: FA2521-13-Q-B140,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843.

RESPONSES ARE DUE NO LATER THAN 2 June 14.

Bid Protests Not Available

Similar Past Bids

Location Unknown 10 Jul 2011 at 1 PM
Location Unknown 19 Jun 2006 at 4 AM
Location Unknown 14 Nov 2007 at 5 AM
Location Unknown 03 May 2007 at 4 AM
Location Unknown 29 Jul 2011 at 2 PM

Similar Opportunities

Peachtree city Georgia 29 Jul 2025 at 7 PM
Columbus Ohio 14 Jul 2025 at 4 AM
Shaw air force base South carolina 30 Jul 2025 at 6 PM
Washington District of columbia 18 Jul 2025 at 9 PM
Patrick air force base Florida 22 Aug 2025 at 5 PM