Federal Bid

Last Updated on 27 Jun 2019 at 8 AM
Sources Sought
Eglin air force base Florida

Inverse Chromatography Oven

Solicitation ID FA2823-19-Q-9028
Posted Date 21 May 2019 at 8 PM
Archive Date 27 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Eglin air force base Florida United states
SOURCES SOUGHT/REQUEST FOR INFORMATION

The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), is currently conducting market research seeking capabilities statement from all potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of providing:
A Large Column (10mm ID) Inverse Chromatography Oven that is 100% compatible (hardware and software) within a Surface Measurement Systems Surface Energy Analyzer- Inverse Gas Chromatograph.
OR Equal product 100% compatible (hardware and software) with Surface Measurement Systems Surface Energy Analyzer Inverse Gas Chromatograph System.
OR Equal product - another brand Analyzer Inverse Gas Chromatograph System with the same salient characteristics as the Surface Measurement Systems Surface Energy Analyzer Inverse Gas Chromatograph System.

Interested parties must be able to provide: 10mm Silanized glass ID Column with proper fitting within the oven, Labor to install, calibration of oven and unit, and routine maintenance.
OR Equal products literature/specification information should be provided which clearly shows the ability to meet the criteria above.
All interested parties shall submit a response demonstrating their capability to provide a Large Column Inverse Gas Chromatography Oven or equal product to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; 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 334516, Analytical Laboratory Instrument Manufacturing, with a size standard of 1,000 employees. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). 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 FAR Clause 52.219-14.

Any information submitted by respondents to this sources sought 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 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 business, or any particular small business program.

CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 4 pages.


Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.

Responses may be submitted electronically to the following e-mail address: [email protected]. All correspondence sent via email shall contain a subject line that reads "FA2823-19-Q-9028, SMS Large Column Oven". If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted.

RESPONSES ARE DUE NO LATER THAN 12:00 P.M. (CST) ON 30 May 2019. Direct all questions concerning this requirement to Monique Robinson at [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 27 Aug 2015 at 1 PM
Silver spring Maryland 22 Mar 2024 at 2 PM
Silver spring Maryland 26 Mar 2024 at 10 PM
Eglin air force base Florida 22 Apr 2013 at 8 PM

Similar Opportunities

Eglin air force base Florida 16 Jul 2025 at 2 PM
Eglin air force base Florida 16 Jul 2025 at 2 PM
Wright patterson air force base Ohio 10 Jul 2025 at 4 AM (estimated)
Wright patterson air force base Ohio 10 Jul 2025 at 4 AM (estimated)
Wright patterson air force base Ohio 11 Jul 2025 at 9 PM