Ohio Bids > Bid Detail

Concrete Testing Equipment

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159373238651622
Posted Date: Dec 16, 2022
Due Date: Dec 22, 2022
Solicitation No: A026443
Source: https://sam.gov/opp/0373b37c3f...
Follow
Concrete Testing Equipment
Active
Contract Opportunity
Notice ID
A026443
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Office
FA8601 AFLCMC PZIO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 16, 2022 02:55 pm EST
  • Original Response Date: Dec 22, 2022 11:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6635 - PHYSICAL PROPERTIES TESTING AND INSPECTION
  • NAICS Code:
    • 334519 - Other Measuring and Controlling Device Manufacturing
  • Place of Performance:
    Wright Patterson AFB , OH 45433-7201
    USA
Description

SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)





A026443





The United States Air Force, LCMC/ Operational Contacting Division, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBzone, Women-Owned (WO) and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing the personnel, supervision, items and services necessary to dispose of Tritium from emergency signs at Wright Patterson Air Force Base as defined in the attached Draft Performance Work Statement (PWS). Firms that respond shall specify that their capabilities meet the specifications provided below and in the attachment and provide detailed information to show clear technical compliance. Additionally, performance history, including recent commercial customers, shall be included to determine commerciality. This is a blanket purchase agreement.





Detailed Specifications are listed in the attachment identified below:






  1. Specifications Concrete Testing Equipment - Nov 2022





All interested firms shall submit a response demonstrating their capability to provide this service 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 334519 Other Measuring and Controlling Device



Manufacturing, with a small business size standard of 500 employees. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, WO, and HUBZone small business). 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.





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 business, or any particular small business program.





Responses should include the following:

1. Company name, physical and mailing address:





2. Point of contact with phone number and email address:

3. Statement of your intention to submit a bid for this requirement as a Prime contractor:

4. A statement as to whether your company is domestically or foreign owned or controlled (if foreign, please indicate the country), and whether use of any foreign national employees are contemplated on this effort:

5. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided:

7. Statement explaining how your company will meet this requirement:

9. Statement of business size in relation to the size standard stated above:

10. Statement of socio-economic status (e.g. large, small, 8(a), HUBZone, Service-Disabled Veteran-Owned small business, etc):



11. Provide Commercial and Government Entity (CAGE) Code and System for Awards Management (SAM) Unique Entity ID (UIE) if applicable:

Advertising or marketing information is NOT appropriate.

Responses may be submitted electronically to the following e-mail address: edward.huchison@us.af.mil or matthew.bigelow.1@us.af.mil. All correspondence sent via email shall contain a subject line that reads A026443 - Concrete Testing Equipment. 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 and any email greater than 15 MBs. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .docx, .xlsx documents are attached to your email. All other attachments may be deleted.



RESPONSES ARE DUE NOT LATER THAN 23 December 2022 BY 1:00 PM EST. Direct all questions concerning this acquisition to edward.huchison@us.af.mil or matthew.bigelow.1@us.af.mil.





PLEASE STATE IF YOU ARE ABLE TO PROVIDE ALL THREE PIECES OF EQUIPMENT AND THE IPAD REQUIRED FOR TESTING EQUIPMENT.






Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 16, 2022 02:55 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >