Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2014 FBO #4550
SOURCES SOUGHT

16 -- Sources Sought Notice for Rugged 20-inch Monitor and Keyboard/Trackball

Notice Date
5/8/2014
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-14-I-H00005
 
Archive Date
6/7/2014
 
Point of Contact
Nancy F DeBerry, Phone: 252-335-6291
 
E-Mail Address
nancy.deberry@uscg.mil
(nancy.deberry@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a sources sought synopsis only. This is not a request for proposals and in no way obligates the Government to award any contract. The purpose of this sources sought synopsis is to gain knowledge of commercially available products that may be of interest to the USCG. The United States Coast Guard Aviation Logistics Center is conducting market research to determine manufactures and suppliers of aviation grade, ruggedized 20 inch monitor (minimum) and keyboard/trackball as described follows: The USCG is looking for an aviation grade, ruggedized,20 inch monitor and a combination Keyboard Trackball for use on its HC-130H aircraft palletized sensor. At a minimum, the 20 inch Monitor should be capable of providing the following:  Meet RTCA/DO-160D standards for pressurized, fixed wing aircraft, and MIL-STD-461 and MIL-STD-464 for Electromagnetic Interference (EMI)  Ruggedized - MIL-STD-901D / MIL-STD-810(E)  Power Requirements: 115v 400hz AC single phase - MIL-STD-704  Provide at a minimum the following inputs: DVI and NTSC (RS-170A), Composite video, 75 ohm Video input via RG-179 coax cable" (BNC Preferred)  19" rack mountable with max height of 18" and max depth of 6"  Viewing area: a minimum of 20 inches on the diagonal  Convective Cooling (No Fans)  Ultra High Resolution 1600 x 1200 (UXGA)  NVIS Compatible At a minimum, the Keyboard/trackball should be capable of providing the following:  Standard 102 key (minimum) with integrated trackball  MIL-STD-461  Trackball must have vibration dampening  NVIS Compatible backlighting  USB Connector with 10 foot cord Responses to this notice should include company name, address, telephone number, point of contact (POC), and complete product details, brochures, and etc. which will allow the USCG to understand your product, configurations, auxiliary equipment, and options. Also, state approximate lead-time for acquiring your product. Please respond to the following questions: (1) Is your business a large or small business? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified "hub zone" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) Is your product listed on a GSA schedule? (8) Do you have other government agencies using the product, and if so which agencies, POC's and contract numbers? (9) If possible, any POC's for civilian users for general usage of product questions. After the review of the responses to this sources sought announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in via FedBizOpps (FBO). Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. All interested offers will have to respond to the solicitation in addition to responding to this sources sought synopsis. Again, this is not a request for proposals and in no way obligates the Government to award any contract. All companies that can meet the specification are encouraged to provide a capability statement, company literature, brochures, or any other information that demonstrates that the specification can be met. Any questions concerning the technical specifications should be directed to AETC Timothy McKee at Timothy.A.McKee@uscg.mil. Responses to this sources sought notice along with any capability statements, company literature, brochures shall be mailed to AETC Timothy McKee at Timothy.A.McKee@uscg.mil or Commanding Officer, Aviation Logistics Center, Heavy Maintenance Facility, Elizabeth City, NC 27909, ATTN: Contracting Officer. Other questions should be directed to Nancy.Deberry@uscg.mil. Telephone responses will not be accepted. Responses must be received no later than May 23, 2014 at 1300 EST. Firms responding to this announcement that fail to provide all of the required information cannot be used to help the Government make the appropriate acquisition decisions which is the intent of this sources sought notice. This notice is to help the USCG in determining potential sources only. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. All interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought synopsis are NOT a request to be added to a prospective offers list or to receive a copy of the solicitation. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-14-I-H00005/listing.html)
 
Record
SN03360805-W 20140510/140509021714-ba0d57abc451c9a7e97c2bf3af68b035 (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.