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 334515. The size standard for NAICS is 500. The requirement is for a mixed signal oscilloscope and a handheld oscilloscope.
01-P/N Tektronix MSO-3032-Mixed signal oscilloscope or equal
02-P/N Tektronix THS 3024- Handheld oscilloscope or equal
Quantity: 2 Each
Benchtop Oscilloscopes: >300 MHz Bandwidth, >2 GS/s sample rate on all channels, multi-signal analysis
Portable Oscilloscopes: >100 MHz Bandwidth, Multi-signal input (min 4 channels)
The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses 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 Service Disabled Veteran Owned Small Businesses, 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.
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
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
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.
Responses may be submitted electronically to e-mail [email protected] or mail to 45 CONS/LGCB, Attn: FA2521-13-Q-B147, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238
RESPONSES ARE DUE NO LATER THAN August 16th at 1500 EST.