Federal Bid

Last Updated on 17 May 2016 at 8 AM
Sources Sought
Patrick South carolina

Typhoon FLA 7000 Software

Solicitation ID FA2521-16-Q-B059
Posted Date 21 Apr 2016 at 12 PM
Archive Date 17 May 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa2521 45 Cons Lgc
Agency Department Of Defense
Location Patrick South carolina United states
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government.

The Request for Quotation (RFQ) number is FA2521-16-Q-B059 shall be used to reference any written responses to this source sought.

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 334516 . The size standard for NAICS is 1,000 Employees

The requirement is to provide:

GSA SIN/MAS: 66 122

0001 Software/Equipment to Typhoon FLA 7000 Autoradiograph, 1, EA,

0002 Typhoon FLA 7000 12 Month Warranty (includes 1PM, all repairs & spare parts, customer support, travel & labor cost)

Salient Characteristics:

GE Typhoon FLA 7000 Warranty

GE Proprietary Software

Expert GE Typhoon FLA 7000 supplier

NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!

What is the purpose of the item(s):

Typhoon FLA 7000 is a nonconfocal variable mode laser scanner offering high speed and resolution for precise quantitation of proteins, nucleic acids, and other biomolecules. Using predefined methods, the system can image a sample measuring 24 x 40 cm in 2.5 minutes, offering high throughput for the multiuser lab environment. The system provides several imaging modes: fluorescence and chemifluorescence, filmless autoradiography, and digitization of stained samples

45 CONS is interested in any size business that is capable of meeting this requirement.

The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) 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 SDVOSB, WOSB, EDWOSB, or 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."

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.

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), WOSB, VOSB, etc.).

Commodity Capabilities package: 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. 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.

Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings.

 

 


Responses may be submitted electronically to the following e-mail address: [email protected]; by mail to 45 CONS/LGCB, Attn: FA2521-16-Q-B059, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238.

RESPONSES ARE DUE NO LATER THAN 2 May 2016, 3:00 PM EST.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 28 Aug 2012 at 3 PM
Location Unknown 22 Jul 2014 at 10 PM
Bayview Idaho 19 Aug 2016 at 4 PM
Bayview Idaho 09 Sep 2016 at 1 PM
Location Unknown 20 Jul 2016 at 3 PM

Similar Opportunities

Chicopee Massachusetts 30 Sep 2025 at 4 AM (estimated)
Chicopee Massachusetts 29 Jul 2025 at 6 PM
Chicopee Massachusetts 29 Jul 2025 at 6 PM
Location Unknown 14 Jul 2025 at 4 AM
Fort polk Louisiana 12 Jun 2026 at 4 AM (estimated)