Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2014 FBO #4486
SOURCES SOUGHT

A -- Heavy duty, rugged power management equipment for powering chemical agent detection networks and associated detectors.

Notice Date
3/5/2014
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB,, Florida, 32403-5526, United States
 
ZIP Code
32403-5526
 
Solicitation Number
TYN-SSS-3-5-14
 
Archive Date
4/3/2014
 
Point of Contact
Sue Ann Watford, Phone: 850-283-8638, Donald C Sumner, Phone: 850-283-8644
 
E-Mail Address
sueann.watford@tyndall.af.mil, donald.sumner@tyndall.af.mil
(sueann.watford@tyndall.af.mil, donald.sumner@tyndall.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis (SSS)/Request for Information (RFI) for market research purposes only. The 325th Contracting Squadron, Tyndall Air Force Base, Florida, is seeking to gather information on the availability of heavy duty, rugged power management equipment for powering chemical agent detection networks and associated detectors. The Government is seeking information on the most current and reliable power management systems which can be procured as a complete, proven reliable package which shall include power supply, solar option, appropriate connectors, switches, and control system sold as a package for a detection grid using the Joint Chemical Agent Detector (JCAD) M4 and M4A1. The vendor/manufacturer shall offer extended warranties on the units up to 5 years with a warranty repair response time between one to five days. Disclaimer: This SSS/RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal) or a promise to issue a solicitation in the future. We are seeking and are open to all types of small business participation. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This SSS/RFI does not commit the Government to contract for any service whatsoever. Furthermore, we are not seeking proposals at this time. Any resulting procurement action will be the subject of a separate, future announcement. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. Program Requirements: 1. A 9v power supply unit (PSU) Solar power alternative Adapter to connect the flying lead on the JCAD Power/Communications Adapter (PCA) cable Output: 9V, 15W, 1.66A The system and components that are being looked at for potential future procurement: 9 Volt Power Supply Unit (PSU): A 9v power supply unit (PSU) with a state-of-the-art solar power alternative/backup. Automatic switching from one power source to the other is highly preferable as systems will be routinely unmanned. PSU/Solar combination must provide reliable 24/7 power for extended periods in all-weather environments anywhere in the world. System should be rugged, lightweight, easy to set up and operate, and easy to relocate. PSU will be used to run a chemical detection grid using the Joint Chemical Agent Detector (JCAD) M4 and M4A1. The specs of the mains adapter to connect the flying lead on the JCAD Power/Communications Adapter (PCA) cable are: Output: 9V, 15W, 1.66A All dimensions are shown in inches (mm). Tolerance ±0.04 (±1.0) max. Output connector: 0.22 (5.5) outer diameter barrel, 0.083 (2.1) inner diameter barrel with centre positive (+ve) and outer shell negative (-ve). Length is 0.433 (11.0). Requested Information: Vendor responses are limited to ten (10) written pages and should include: 1. Technical Specifications. Describe integration methods for standard 9 V PSU and solar technology back-up power system. Describe logistical capabilities to commercially package system and individual components and provide shipping transportation for these items. 2. Current past performance within the last 3 years. Describe your company's past experience on previous requirements similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. Warranty Information. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Responses: Only interested firms who believe they are capable of providing the above mentioned supplies and services and can meet these requirements are invited to indicate their interest by providing: a) Company name, company address, DUNS Number, overnight delivery address (if different from mailing address), Cage Code, point of contact, e-mail address, telephone number, and fax number. b) Business size. c) Affirmation of qualified personnel. All responses shall be unclassified. All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of Government contracts. Submission of Information: All submissions should be in Microsoft Word for Office 2007 or a compatible format. Responses to this RFI shall be unclassified and should not exceed 10 pages in length. Telephone or verbal inquiries regarding this notice will not be honored. All restricted information SHALL be clearly marked. Responses to the RFI will not be returned and no feedback or evaluations will be provided to companies regarding their response to this RFI. All interested parties are invited to submit a response to this RFI on or before 3:00 PM CST on 19 March 2014. Accordingly questions shall NOT contain proprietary or classified information. All responses and questions under this SSS/RFI must be transmitted electronically via e-mail to: Ms. Sue Ann Watford at sueann.watford@tyndall.af.mil. Contracting Office: 325 CONS, Tyndall AFB, FL Place of Performance: Tyndall AFB, Florida
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/de2bd5bb2dbe4ffde0a09f80afdd6e84)
 
Place of Performance
Address: Tyndall Air Force Base, Florida, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03302540-W 20140307/140305234454-de2bd5bb2dbe4ffde0a09f80afdd6e84 (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.