The Air Force Metrology and Calibration Program is considering a purchase of a Helmholtz Coil. The Helmholtz Coil shall be a single axis orientation and capable of generating a uniform magnetic field. The Helmholtz Coil shall be capable of a magnetic flux density up to 500 gauss at maximum applied current. The Helmholtz Coil shall be capable of a magnetic flux density per amp in the range of 5 to 30 gauss/amp. The magnetic flux density per amp shall be provided to an accuracy of 0.3%. The Helmholtz Coil linearity allowance for the full range of field strength shall be 0.1%. The Helmholtz Coil shall be capable of generating a magnetic field when amps DC are applied to the input. The maximum current applied to the Helmholtz Coil input shall not be greater than 100A. The NAICS code assigned to this acquisition is 334515 with a size standard of 500 employees.
The total estimated quantity is 1 unit.
Reconditioned, remanufactured, or used material is not acceptable for this item. Offerors responding to this sources sought market research notice must: (1) state whether you are a small or large business, if you are the manufacturer or provide the name of the manufacturer and size info of product you would be offering and the socioeconomic status and indicate small disadvantaged or woman-owned business, veteran owned, service disabled veteran owned, 8(a) historically black college or university or minority institution (HBCU/MI), or a historically underutilized business zone (HUBZone) (2) provide sales history including recent sales to commercial companies (3) advise if your product is a commercial item or if it will be modified; if not commercial at this time, will you be offering this item to the general public in the future. (4) advise if you have the item on a GSA schedule or other Government contract include front page of schedule and the page showing the part is on award (5) provide information concerning the technical capabilities of the product you are interested in offering, including commercial literature/brochures and warranty. Describe any awards you have been involved in that are the same as or similar to what is described in this RFI. Include any other pertinent information which would enable the government to assess your firm's capabilities (6) advise if you accept the Government purchase card (7) Provide Point of Contact including: company/ institute name, address, phone number and email address (8) provide assigned Commercial and Government Entity (CAGE) Code (9) Verify if your company/institute is listed in the System for Award Management (SAM) (10) State if your company is domestically or foreign owned (if foreign owned, please indicate the country of ownership) (11) Advise how much time you would need to submit a technical proposal if a solicitation is issued (12) provide an estimated price for one each, an estimated price for the total quantity and provide any price quantity discounts based on the total estimated quantity (13) include how many units you could deliver every 30 days (14) estimated delivery time for initial shipment.
Ensure only .pdf, .doc or .xls documents are attached to your email. Submit all responses to the listed point of contact. If an email response is not possible, submit by FAX to 740-788-5157 or mail to 813 Irving-wick Dr W., Horton Building, Heath OH 43056-1199. Reference 17E-199A-DC in all correspondence. Responses are due by 7/28/2016 at 2:00pm ET or 1400 hours; however, early responses are encouraged.
Point of Contact - Frank Capuano, Contract Specialist, Phone 740-788-5046
Email:[email protected].
Point of Contact - Allen Kurella, Contract Specialist, Phone 740-788-5052
Email:[email protected].