Description
Notice from the United States Air Force, Air Force Life Cycle Management Center (AFLCMC), Installation Contracting Division, Base Support Contracting Branch at Wright-Patterson Air Force Base (WPAFB), Ohio: The AFLCMC Operational Contracting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources including Small Businesses (SB). This sources sought synopsis is published for market research purposes only, to identify potential sources capable of delivering a Vapor Pressure Analyzer with the capabilities described herein for the Aerospace Fuels Laboratory located at Vanderburg SFB, CA. The Government is seeking capabilities packages from all potential sources, including but not limited to: small business (SB), 8(a) participants, HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), Small Disadvantaged Business (SDB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). Firms that respond shall review the attached instructions and technical requirements and submit responses that: Specify that offered products meet the specifications provided below; and Provide detailed information to show clear technical compliance. THIS SOURCES SOUGHT IS FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS/QUOTES. All interested firms shall submit a response to the Primary Points of Contact, Mr. Henry Agee at henry.agee@us.af.mil and Jennifer Blackford at jennifer.blackford@us.af.mil, demonstrating their capability to provide the Vapor Pressure Analyzer. A solicitation for this requirement does not exist, therefore, do not request a copy of the solicitation . The decision to solicit for a contract will be solely within the Government's discretion. The North American Industry Classification System (NAICS) code assigned to this acquisition is 334513 Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables with a small business size standard of 750 employees. Firms responding should indicate socio-economic status (8(a) with Graduation Date, SDVOSB, EDWOSB, WOSB, small business, and/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 Department of Defense (DoD) contract. A small business set-aside decision has not yet been made . Respondents should note the potential application of Limitations on Subcontracting (FAR 52.219-14) and the Non-Manufacturer Rule (FAR 52.219-33) to a future acquisition that may result from this Sources Sought. Respondents should consider how the primary tasks identified in this notice will…
Classification
Place of Performance
Contracting Office
Contacts
Attachments (2)