Electronic Leveling System

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • 20 - Ship and Marine Equipment
Opps ID: NBD00159978535423635
Posted Date: Mar 27, 2024
Due Date: Apr 26, 2024
Solicitation No: 25M-246A-DI
Source: Members Only
Follow
Electronic Leveling System
Active
Contract Opportunity
Notice ID
25M-246A-DI
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
AGILE COMBAT SYSTEMS
Office
FA2263 AFLCMC WNMK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 27, 2024 09:58 am EDT
  • Original Response Date: Apr 26, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:
Description

This is a request for information (RFI) / SOURCES SOUGHT SYNOPSIS. This request is not a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. Responses to this notice are not considered offers and cannot be accepted by the government to form a binding contract. The purpose of this request for information is in support of market research being conducted by the Air Force Metrology Calibration Program (AFMETCAL) to identify potential sources and gather information on current capabilities within the market. This synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government nor will the Government pay for information solicited hereunder. All costs associated with responding to this RFI will be solely at the responding party's expense. The level of security clearance and amount of foreign participation in this requirement has not been determined. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Currently there are no funds available for this acquisition.



The Air Force Metrology and Calibration Program is considering a purchase of a Electronic Leveling System. The Electronic Leveling System is used to calibrate surface plates. The system can be comprised of gaging indicator, and two electronic level sensing heads. One level sensing head is used as a reference, while the other one is moved along a set pattern to establish the flatness deviation of the surface plate. The advantage of this system is that it is very portable and supports several surface plates off-site. This system has proven to be very reliable and reduces calibration time. See Draft PD for more information. The NAICS code assigned to this acquisition is 334515 with a size standard of 750 employees.



The total estimated quantity is 67 units over 4 years.



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 25M-246A-DI in all correspondence. Responses are due by 4/26/2024 at 2:00pm ET or 1400 hours; however, early responses are encouraged.



Point of Contact – Megan Moretti, Contract Specialist, Phone 740-788-5078

Email:megan.moretti@us.af.mil.



Point of Contact - Frank Capuano, Contract Specialist, Phone 740-788-5046

Email:frank.capuano@us.af.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 740 788 5045 813 IRVING WICK DR W BLDG HORTON
  • HEATH , OH 43056-6116
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 27, 2024 09:58 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >