Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOURCES SOUGHT

63 -- POLE CAM

Notice Date
5/1/2012
 
Notice Type
Sources Sought
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRBPOLECAM
 
Response Due
5/18/2012
 
Archive Date
7/17/2012
 
Point of Contact
Bonita Zander, 410-306-2665
 
E-Mail Address
ACC-APG - Aberdeen Division D
(bonita.m.zander.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI): THIS IS NOT A SOLICITATION. No award will be made as a result of this request. This (RFI) is for informational purposes only. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This RFI should not be construed as a commitment by the Government for any purpose. All interested parties are encouraged to respond to this synopsis. The Government will not pay for information and materials received in response to this RFI and is in no way obligated by the information received. 1.SCOPE: Background: The mission of the U.S. Army Rapid Equipping Force (REF) is to rapidly increase mission capability while reducing risk to Soldiers and others by equipping operational commanders with off-the-shelf (Government or commercial) solutions or near-term developmental items that can be researched, developed and acquired quickly. The REF receives requirements from operational commanders in war zones setting forth the capabilities needed. The REF is chartered by the Senior Army leadership to provide material solutions to meet these requirements in a significantly reduced timeline compared to traditional Department of Defense acquisition procedures. The purpose of this RFI is to obtain potential solutions to provide soldiers with the equipment to solve real world problems on the front line. The information obtained from this request for information will be provided to the Army Product Manager at the REF who will evaluate the information and the feasibility of issuing a procurement action to resolve the stated problem. 2. REQUIREMENTS. The REF is looking for an integrated camera system that is composed of a camera, light, pole, and monitor. The capabilities are as follow: Monitor: Minimum resolution of 640x480 Minimum 5.6 inch diagonal display Operating Temperature -20 C to 70 C Shockproof or weatherproof protection Monitor controls for: Brightness, Contract, Color, Tint, Mirror, Backlight and Sharpness. Can be mounted to the pole, or detached. Cable connection to the camera. Can be run from a battery of vehicle power adapter. Low battery indicator. On/Off switch Universal harness for detachable operation Camera assembly: Color Video Camera 270k pixels minimum.03 lux capability minimum sensitivity LED white illuminator, 6 LED minimum NTSC video format Submersible Assembly Hard-coated window cover Pole Mount: Twenty (20) foot minimum right angle telescoping pole One (1) foot flexible gooseneck than can be flexed into any position. Less than (seven) 7 feet collapsed Battery pack (qty 2): Batteries capable of lasting for two (2) hours of operation Batteries capable of fully charging in two (2) hours. Hard carry case for carrying all the equipment in one case (including the pole). Soft carry case for just the Pole. Include information on the equipment you are proposing, whether it has been through Army Test and Evaluation Command (ATEC) testing, or equivalent testing by another DoD testing organization. Include the price for each system. Include the delivery time for one system. Delivery time for an additional sixty (60) systems. This is NOT a Request for Proposal. Companies who desire to participate in this RFI are encouraged to submit a white paper, including a Rough Order of Magnitude (ROM) which supports the company's claim that it presently has the technology, organization, production facilities, corporate quality business processes, capabilities, management plans and experience and past performance to satisfy one or more of the performance and technical objectives described above. The white paper should discuss the company's ability to develop and or provide existing technologies that have the ability to meet the requirements specified above. The white paper should indicate if the proposed equipment has been sold to the US Government and/or any other organization and if it has been tested by a DoD Agency or independent third party organization and include relevant points of contact from each such organization. Companies should provide a ROM price and its anticipated delivery for the solution proposed. The white paper should also discuss related company experience and include point(s) of contact. The white paper should be prepared in MS Word, limited to ten (10) pages, and submitted electronically to the contracting specialist at bonita.m.zander.civ@mail.mil. RESPONSES ARE DUE NO LATER THAN 18 MAY 2012 AT 4:00 PM EST. The company shall be responsible for any costs associated with preparing responses to this RFI. All requests for further information must be made in writing or via email; telephone requests for additional information will not be honored. The government will review RFI submissions as they are received. The Government reserves the right to close this RFI once we have received adequate response(s) to this RFI. For Contracting questions please contact the Contract Specialist, Bonita Zander at bonita.m.zander.civ@mail.mil. Email communication is highly encouraged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d35bbc5f1826dc185d27f673f7d27763)
 
Place of Performance
Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02736465-W 20120503/120502000825-d35bbc5f1826dc185d27f673f7d27763 (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.