SOURCES SOUGHT
52 -- Seismometer System
- Notice Date
- 6/29/2012
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
- ZIP Code
- 32925-3002
- Solicitation Number
- FA7022-T-12-0007
- Archive Date
- 7/21/2012
- Point of Contact
- Holly B. Johnson, Phone: 3214948354, Patricia K. Bosinger, Phone: 3214940998
- E-Mail Address
-
holly.johnson@patrick.af.mil, patricia.bosinger@patrick.af.mil
(holly.johnson@patrick.af.mil, patricia.bosinger@patrick.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY ANNOUNCEMENT. No solicitation will be issued at this time. In accordance with FAR Part 10, Market Research, AF ISR Agency/A7KR is seeking qualified sources capable of providing a passive short period borehole seismometer system that meets the following requirements: Performance Requirements - Passive single vertical axis seismometer - Signal sensitivity: 2000 Volts/(meter-second) normalized - Internal calibrator - Calibration constant: 4.5 Newton/ampere normalized - Calibration capacitance: 2 micro-Farad - Critical damping: 0.707 - Internal damping - Natural frequency: 1.0 Hertz - Casing: Stainless steel new metal - Water resistance: 100-meter water depth - Hole-lock mechanism to secure seismometer to steal casing - Can be installed within a 4.5-inch through 7-inch inside diameter steel casing - Stainless steel marine connector - Self noise: 12dB below the USGS new low noise model across 0.5Hz and16 Hz pass-band - Minimum signal detection: 120 micro-meter/voltm/V) Delivery is expected within 180 days after award of contract. This is an "all or nothing" acquisition and offeror's must provide a system that meets all the requirements listed above. Interested firms are requested to submit interest and capability statements (maximum of three pages, not including the cover page) in writing NLT 20 July 2012. The Government will not reimburse the costs of preparing responses to this request for information. The capability statements should show evidence of the Offeror's ability to provide the products described above and at a minimum include the following information: (1) company name, point of contact, email address, telephone number and type of business and size; (2) brief description of any relevant contracts (commercial or government), contract numbers, contract dollar values, and dates of performance; and, (3) information about how the government can be assured the product will be certified by Sandia National Labs and will meet the needs of nuclear treaty monitoring. Respondents are also encouraged to submit information regarding commercial practices that the government should consider implementing for this acquisition. All potential offerors are reminded that in accordance with FAR 52.204-7, Central Contractor Registration (CCR), lack of registration in the CCR will make the offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor these sites for release of any future synopsis or release of the solicitation. Applicable NAICS is 334519, Size Standard is 500 employees. RESPONSES ARE DUE NO LATER THAN 20 July 2012. No telephone calls will be accepted. Offerors may forward capabilities statements and direct all questions regarding this Sources Sought Announcement to the attention of Ms. Holly Johnson, Contract Specialist, at holly.johnson@patrick.af.mil AND Ms. Patricia Bosinger, Contracting officer at email: patricia.bosinger@patrick.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2d969a16d1b64d461dbad6c52e2890c2)
- Record
- SN02791265-W 20120701/120629235657-2d969a16d1b64d461dbad6c52e2890c2 (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 |