Federal Bid

Last Updated on 30 Sep 2014 at 10 AM
Sources Sought
Location Unknown

Automatic Density Meter

Solicitation ID FA2521-14-Q-B238
Posted Date 01 Aug 2014 at 7 PM
Archive Date 30 Sep 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/or quote and is not to be construed as a commitment by the Government.

The Request for Quotation (RFQ) number is FA2521-14-Q-B238 shall be used to reference any written responses to this source 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 334516. The size standard for NAICS is 500 employees.

1) The requirement is to procure and install one (1) Automatic Density Meter. The meter is required to accurately measure the density, specific gravity or API gravity for oxidizer, hypogolic fuels, aircraft turbine fuels and various chemicals IAW ASTM D4052. The Automatic Density Meter salient characteristics and performance requirements must meet the following minimum:

a. The automatic density meter must have a measuring range of 0 g/cm3 to 3 g/cm3 at temperatures between 0 deg C and 95 deg C.
b. The meter's density accuracy must be at least 0.00005 g/cm3 and temperature accuracy 0.03 deg C.
c. The meter's repeatability accuracy must be 0.00001 g/cm3 and temperature accuracy 0.01 deg C.
d. One milliliter minimum sample size and take 30 seconds to complete measurement.
e. Preset measuring methods for different applications.
f. Contain integrated conversion tables for density and concentration measurements.
g. Detect filling errors and gas bubbles in sample to ensure correct sample filling.
h. Display live images of oscillating U-tube to verify proper sample filling process.
i. Temperature control to eliminate measurement drifts as temperature changes.
j. Built-in temperature balance feature to eliminate multi-temperature calibrations.
k. Automatic viscosity correction of the sample (no standards required).
l. TFT touch screen display with user friendly menus needed to operate instruments.
m. Instrument must be able to integrate with RS-232, VGA, USB and Ethernet.

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 business (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: FA2521-14-Q-B238,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238.

 

Bid Protests Not Available

Similar Past Bids

Jay Maine 05 Aug 2013 at 5 PM
Jay Maine 09 Sep 2013 at 12 PM
Wright patterson air force base Ohio 30 Sep 2009 at 10 PM
Wright patterson air force base Ohio 08 Jul 2010 at 7 PM
Wright patterson air force base Ohio 10 Apr 2024 at 3 AM

Similar Opportunities

Boise Idaho 11 Jul 2025 at 6 PM
Gunpowder Maryland 23 Aug 2025 at 9 PM
San diego California 15 Jul 2025 at 6 PM
Patrick air force base Florida 22 Aug 2025 at 5 PM
Patrick air force base Florida 22 Aug 2025 at 5 PM