Nevada Bids > Bid Detail

JCER MFEL 1000

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159648726695801
Posted Date: May 17, 2023
Due Date: May 23, 2023
Solicitation No: F3GTFC3111AG01
Source: https://sam.gov/opp/0bcf2ac15e...
Follow
JCER MFEL 1000
Active
Contract Opportunity
Notice ID
F3GTFC3111AG01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
ACC
Office
FA4861 99 CONS LGC
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 17, 2023 09:04 am PDT
  • Original Response Date: May 23, 2023 03:30 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 24, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6625 - ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS
  • NAICS Code:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:
    Nellis AFB , NV 89191
    USA
Description

SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)



F3GTFC3111AG01 - JCER MFEL 1000



The 99th Contracting Squadron (99 CONS), Nellis AFB, NV is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of meeting this requirement. Firms that respond shall specify that their capabilities meet the specifications and provide detailed information to show clear technical compliance.



Detailed Specifications are listed in the attachment(s) identified below:




  1. Attachment 1 - Salient Characteristics



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 [or Request for Quote (RFQ)] 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 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a size standard of 750 employees. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, 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.



Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice will neither 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, and clearly demonstrate an ability to meet the stated requirements.



All interested firms shall include the following:




  • A response demonstrating their capability to provide the items within this requirement.

  • A letter from the manufacturer(s), indicating that the [your] firm is an authorized distributor for items listed.



Capabilities packages are due on Tuesday, 23 May 2023, not later than 1530 PDT. Responses shall be submitted electronically to Agatha Keith Morrison via e-mail at agatha.morrison@us.af.mil. The following are the only document format/type acceptable as e-mail attachments: .pdf, .doc, .docx, .xsls or .xls. To ensure your response along with any and all attachments are received, attachment(s) must be less than 10 MB [in total]. It is the responsibility of the respondent to contact the government to confirm receipt prior to the offer due date and time.


Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 5865 SWAAB BLVD
  • NELLIS AFB , NV 89191-7063
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 17, 2023 09:04 am PDTSources 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 >