Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2008 FBO #2336
SOURCES SOUGHT

67 -- Tree Auger and Camera Mount

Notice Date
4/17/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_5B3FE
 
Response Due
4/28/2008
 
Point of Contact
Point of Contact - JANET MALDONADO, Contract Specialist, 843-218-5528
 
Description
The Space and Naval Warfare SystemsCenter (SPAWARSYSCEN), Charleston, Code 5.3.1.6, is soliciting information from potential sources to provide tree augers and camera mounts for use with the Marine Corps Tactical Remote Sensor Systems System-of-System (TRSS SoS). The TRSS SoS uses hand- emplaced sensors to support the field commanders intelligence collection effort by providing continuous, wide area surveillance of the battlefield. The tree auger and camera mount have been designed and tested and only require full rate production in accordance with the Technical Data Package (TDP). The tree auger is designed to be screwed into wood for the tactical emplacement of remote sensors. The tree auger is a hex head, stainless steel screw measuring.66 long with a thread size of.375. The screw is welded into the center hole of the auger plate. The tree auger has one U shaped opening at both ends to allow for sensor or camera mount attachment. The camera mount is an L shaped bracket designed to attach to a tree auger, center stake or tripod assembly with an electro-optical or infrared tactical remote sensor attached. The camera screw assembly has a stainless steel threaded stud measuring 1.25 in length with a thread size of.25. The tree auger knob is used to secure the camera mount to the tree auger, center stake or tripod assembly. Intended Application of Tree Auger/Camera Mounts. The tree auger and camera mounts are required to support the tactical deployment of unattended remote sensor sets for a minimum of 120 days in outdoor environments within the temperature range of 30 to +62 degrees C. The tree auger will be screwed into wood and allow for external sensors or camera mounts to be tactically concealed. The camera mount will attach to the tree auger, center stake or tripod assembly and allow for the electo-optical or infrared camera to be tactically deployed with a fixed field of view. The assemblies ability to be lightweight and man-packed to remote locations is essential. General Delivery Requirements. The TRSS Tree Auger/Camera Mount effort requires the manufacture of tree augers and camera mounts, which are built in accordance with a prescribed set of Product Drawings (Qualification and Production only). The Government desires both assemblies to be built per the existing Product Drawing. The Government desires a Quality Assurance Plan to validate production process and products. Industry firms capable of producing the required products, in whole or by teamed effort, are invited to submit an affirmative response to this notice. Partial solutions will not be considered. Firms are invited to submit appropriate documentation as described above in addition to any literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a limit of five (5) pages on data submitted. Responses shall be submitted via e- mail to SPAWARSYSCEN, Charleston, Janet Maldonado, Contract Negotiator, at janet.maldonado@navy.mil. Include the name of your firm in the subject line of your e-mail message. Responses must include the following: 1) name and address of firm; (2) size of business: average annual revenue for past three years and number of employees; (3) ownership: Large, Small, Small Disadvantaged, 8(a), HuBZone, Woman-Owned, Veteran- Owned and/or Service Disabled Veteran- Owned; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number (if available); (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a list of customers covering the past 5 years; highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number. NOTE REGARDING SYNOPSIS: This synopsis is for information and planning purposes and is not to be construed as a commitment by the government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement nor any follow-up information requests. Respondents will not be notified of the results of the evaluation. Based on the analysis of the responses hereto, the Government reserves the right to consider a set- aside for one of the small business preference groups (i.e., 8(a), SDB, SDVO, etc..). The applicable NAICS code is 332999 with a size standard of 500 employees. Closing date for responses is 28 Apr 2008 by 1300 EST local time. ****
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ea5774ff1d30e1b258f78da7253e05e0&tab=core&_cview=1)
 
Record
SN01556309-W 20080419/080417220607-ea5774ff1d30e1b258f78da7253e05e0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.