Arizona Bids > Bid Detail

Laser Techniques Company 50mm Laser Bore Mapping Add-on Kit

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159517167359950
Posted Date: Oct 26, 2023
Due Date: Nov 1, 2023
Source: https://sam.gov/opp/5eb5532db6...
Follow
Laser Techniques Company 50mm Laser Bore Mapping Add-on Kit
Active
Contract Opportunity
Notice ID
PANMCC-23-P0000027644
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
418TH CSB
Office
W6QM MICC-YUMA PROV GRD
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 26, 2023 06:39 pm EDT
  • Original Response Date: Nov 01, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6650 - OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 334519 - Other Measuring and Controlling Device Manufacturing
  • Place of Performance:
    Yuma Proving Ground , AZ 85365
    USA
Description

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a brand name only requirment purchase of a LTC Laser Techniques Company 50mm Laser Bore Mapping Add-on Kit. The specifications for the requiring purchase are found in Attachment 1 and Attachment 2. The requiring purchase needs to be evaluated on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 500 people in size standard.



In response to this sources sought, please provide:



1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code.



2. Identify whether your firm is interested in competing for this requirement.



3. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.



4. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


Attachments/Links
Contact Information
Contracting Office Address
  • 301 C STREET BLDG 2364 RM 101
  • YUMA PROVING GROUND , AZ 85365-9498
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 26, 2023 06:39 pm 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 >