Sources Sought Due Soon

Electron Backscatter Diffraction (EBSD) Preventative Maintenance (PM)

Solicitation Number: FA860125Q0124_SS Response Deadline: August 29, 2025 at 11:00 AM (1 week from now)

Description

Electron Backscatter Diffraction (EBSD) Preventative Maintenance (PM) Notice from the United States Air Force, Air Force Life Cycle Management Center (AFLCMC), Installation Contracting Division, Base Support Contracting Branch at Wright-Patterson Air Force Base (WPAFB), Ohio: The AFLCMC Operational Contacting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources including Small Businesses (SB). This sources sought synopsis is published for market research purposes only, to identify potential sources capable of delivering OXFORD Electron Backscatter Diffraction (EBSD) Preventative Maintenance (PM) Plan for Aztec Ultim Max for The Air Force Institute of Technology/ENG at Wright-Patterson Air Force Base, Ohio. The Government is seeking capabilities packages from all potential sources, including but not limited to: small business (SB), 8(a) participants, HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). Firms that respond shall review the attached instructions and technical requirements and submit responses that: Specify that offered products meet the specifications provided below; and Provide detailed information to show clear technical compliance. THIS SOURCES SOUGHT IS FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS/QUOTES. All interested firms shall submit a response to the Primary Point of Contact, Mr. Curtis Thomas, demonstrating their capability to provide OXFORD EBSD PM Plan stipulated in Federal Acquisition Regulation (FAR) 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. A solicitation for this requirement does not exist, therefore, do not request a copy of the solicitation. The decision to solicit for a contract will be solely within the Government's discretion. The North American Industry Classification System (NAICS) code for this requirement is 811310-Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a small business size standard of $12.5 in millions of dollars. Firms responding should indicate socio-economic status (8(a) with Graduation Date, SDVOSB, EDWOSB, WOSB, small business, and/or HUBZone). Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a Department of Defense (DoD) contract. A small business set-aside decision has not yet been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Respondents should note the potential application of Limitations on Subcontracting (FAR 52.219-14) and the Non-Manufacturer Rule (FAR 52.219-33) to a future acquisition that may result from this Sources Sought. Respondents should consider how the primary tasks identified in this notice will be broken out between prime contractor and subcontractors and address subcontracting in their response, if applicable/necessary. 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 assessment 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 program. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package for OXFORD EBSD PM Plan that explicitly demonstrates their capability to provide the required commodity. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. However, the response must not exceed five (5) pages. Capabilities Packages submitted in response to this sources sought synopsis must be received at the following e-mail addresses NOT LATER THAN 29 AUGUST 2025 AT 11:00 AM EASTERN DAYLIGHT TIME. All correspondence sent via email shall contain a subject line that reads: Sources Sought OXFORD EBDS PM Plan. If this subject line is not included, the email may not get through email filters at WPAFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted. Responses shall be submitted via email to the following addresses: curtis.thomas.4@us.af.mil and candice.snow@us.af.mil. Please direct all questions concerning this acquisition to Mr. Curtis Thomas at curtis.thomas.4@us.af.mil and include the necessary subject line indicated above. Attachments: Instructions Performance Work Statement

Award Information

Not yet awarded

Notice Timeline

Sources Sought

Aug 14, 2025

Place of Performance
Dayton, Ohio
USA

Contacts

primary
Curtis Thomas

curtis.thomas.4@us.af.mil

secondary
Candice Snow

candice.snow@us.af.mil

Agency
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE MATERIEL COMMAND
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
FA8601 AFLCMC PZIO
Classifications
NAICS: 811310
PSC: J066
Set Aside: N/A
Dates
Posted (1 day ago)
Aug 14, 2025
Last Updated (6 hours ago)
Aug 15, 2025
Due (1 week from now)
Aug 29, 2025 11:00 AM