(FAR 52.211-6)
Brand Name or Equal to, or refurbishment of, G3000 Automatic Planchet Sample Changer for Ra228 Analysis
Refurbishment of G3000:
• Pack and ship two G3000 series Sample Changers to their facility to perform a refurbishment and rebuild to the latest specifications.
• Install new built in controllers with new sensors and motor wiring.
• Replace ball screw slides with new belt drive slides to get excess background contribution material out of the shield cavity.
• Convert motor drives to the latest model.
• Move slide and elevator motors outside of the shield cavity.
• Convert auto door from motor held to chain drive counter balance.
• Rebuild the sample turntable and replace all worn parts.
• Identify to the government each specific part that is to be replaced and why it needs replaced.
• Remove existing shield legs and supports, and replace with custom new style detectors.
• Bore shield detector slots from 3 inches to 5 inches and replace slot slug.
• Refinish and repaint all exterior surfaces.
• Clean all internal surfaces.
• Deliver and install the two sample changers ensuring full functional testing and adjustment for optimum performance.
All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment 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 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.
Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 335999. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. 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.
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 individually be 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.).
Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales and budgetary estimates-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: [email protected] in a Microsoft word compatible format or mailed to ASC/PKOAA POC: Adam Bernas, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, Oh 45433-5309 to be received no later than 4:00 PM Eastern Standard Time, 6 September 2011. Direct all questions concerning this acquisition to Adam Bernas at [email protected].