Federal Bid

Last Updated on 07 Feb 2011 at 9 AM
Sources Sought
Wright patterson air force base Ohio

Fiber Cleaver with Angle Cleave Option

Solicitation ID FA8601-11-P-0184
Posted Date 27 Jan 2011 at 5 PM
Archive Date 07 Feb 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Wright patterson air force base Ohio United states 45433
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)
The United States Air Force, Wright-Patterson AFB, Ohio is seeking potential sources to provide a large diameter fiber cleaver for work being conducted in nonlinear wavelength conversion in optical waveguides. The clever must be able to perform both standard as well as angled cleaves of both standard and large-diameter fibers to be technically acceptable. Along with this purchase we also seek to obtain a number of transfer clamps so that the cleaver (and the splicer we previously purchased which did not come with these items) can be used. A large-diameter fiber cleaver, able to produce standard cleaves as well as angled cleaves of optical fiber is required. This cleaver must also be compatible with our splicer (Vytran GPX 3400); for this to be possible the transfer clamps used by the cleaver must fit directly into our splicer. Items required are as follows: Fiber Cleaver with Angle Cleave Option, top insert set, 125 mm bottom insert, 250 mm bottom insert, 400 mm bottom insert. Firms responding should specify their abilities to provide the system that can meet the technical requirements as stated in the specification. When submitting your capabilities package, please state whether or not you can meet this requirement and whether or not you take exception to any of the specifications. If you believe you can meet this requirement but take exception to any of the items listed above, please state these in your capabilities package with a brief description of why.
Additionally, sales history including recent commercial companies should be included to determine commerciality.
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. NAICS Code to be used for this acquisition is 333298, the size standard for this effort is no more than 500 employees. The Air Force reserves the right to consider a 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. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment by the Air Force for any purpose.
Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: [email protected] to be received no later than 1:30 pm. Eastern Daylight Time, 2 Feb 2011. Direct all questions concerning this acquisition to Emmeline Spaulding at (937) 522-4565.
Bid Protests Not Available

Similar Past Bids

Circle Montana 25 May 2011 at 8 PM
Monterey California 07 Jul 2016 at 12 AM
Kirtland air force base New mexico 03 May 2010 at 10 PM
Colorado 04 Jan 2024 at 5 AM
Colorado 04 Jan 2024 at 5 AM

Similar Opportunities

Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 26 Jul 2025 at 4 AM (estimated)