Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2025 SAM #8637
SOURCES SOUGHT

99 -- KAFB 3D Scanner Support

Notice Date
7/18/2025 7:48:01 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
FA9401 377 MSG PK KIRTLAND AFB NM 87117-0001 USA
 
ZIP Code
87117-0001
 
Solicitation Number
FA940125Q3DSCANNER
 
Response Due
8/1/2025 2:00:00 PM
 
Archive Date
08/16/2025
 
Point of Contact
Julianne Indelicato, Phone: 5058465601, Monique McLaughlin
 
E-Mail Address
julianne.indelicato.1@us.af.mil, monique.mclaughlin.2@us.af.mil
(julianne.indelicato.1@us.af.mil, monique.mclaughlin.2@us.af.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME. The purpose of this Sources Sought Notice is to identify potential sources that are capable of performing the effort described herein pursuant to FAR Part 10, Market Research and FAR Part 19, Small Business Programs. This is for planning purposes only. Any information submitted by respondents to this Source Sought Notice is voluntary. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this notice as a commitment by the Air Force for any purpose and should refrain from providing proprietary information in the response. 1.INTRODUCTION: This is the initial step in the planning process for a non-personal services requirement to provide the KAFB Metals Technology shop a 3D scanner with a care plan for Creaform HandySCAN 3D BLACK series (SN:9272947). The 377 MSG/PKA at Kirtland AFB seeks vendors with the capability and interest to perform this requirement IAW Attachment 1 Performance Work Statement (PWS). The attached draft PWS provides details regarding the services required for this acquisition but are subject to change upon final release of the solicitation for this acquisition. 377 MSG/PKA anticipates conducting a competitive acquisition for this effort. The effort is expected to result in a Firm-Fixed-Price contract. NAICS code is anticipated to be 811210 � Electronic and Precision Equipment Repair and Maintenance, size standard $34M. 2. INSTRUCTIONS: All businesses capable of demonstrating the ability to meet the requirements of the PWS are invited to respond electronically. Responses shall include company name, address, SAM Unique Entity Identifier (UEI) number, CAGE code, point of contact with email address and telephone number, and indicate business size (small business, small disadvantaged business, service-disabled veteran-owned small business, economically disadvantaged woman-owned small business, woman-owned small business, or HUBZone) using NAICS 811210 � Electronic and Precision Equipment Repair and Maintenance, size standard $34M. The Air Force reserves the right to consider a small business set-aside for any subsequent acquisition based upon responses to this notice. Small business respondents should provide a statement of capabilities to assist the Air Force in making a set-aside decision. Statement of capabilities are limited to 5 pages, using Times New Roman 12 Font. At a minimum, the statement of capabilities should: Describe the company�s ability to address the tasks described in the PWS Include any questions or feedback the company has about PWS. Include industry standard procedures for this services market Example: Commonly performed only by manufacturers Example: Usually offered by manufacturers, however there are third party companies that provide this service. Responses must be received no later than 1 August 2025 at 3:00pm Mountain Daylight Time (MDT), and addressed to Julianne Indelicato, Contracting Specialist, at julianne.indelicato.1@us.af.mil AND the Contracting Officer, Monique McLaughlin, at monique.mclaughlin.2@us.af.mil. List of Attachments Attachment 1- PWS 3D Scanner 7.10.25
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f196355747484c619ee175e2b57748e7/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07516394-F 20250720/250718230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.