Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2018 FBO #5931
SOURCES SOUGHT

59 -- Request for Information and Market Research on Pan and Tilt Units (PTUs) - Attachment - Notional System Schematic

Notice Date
2/16/2018
 
Notice Type
Sources Sought
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
PMSP-RFI-PTUs
 
Archive Date
3/31/2018
 
Point of Contact
Jessica L. Ely, Phone: 3016198457
 
E-Mail Address
jessica.l.ely.civ@mail.mil
(jessica.l.ely.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Notional System Schematic Diagram MARKET SURVEY REQUEST - SMART, UNIVERSAL PAN/TILT UNITS: THIS IS A REQUEST FOR INFORMATION FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY, as defined in FAR 15.201(e). This is not a solicitation or request for competitive proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is not to be construed as a commitment by the Government nor will the Government pay for the information solicited. No solicitation document exists or is guaranteed to be issued as a result of this Notice. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted, and the Government will not reimburse respondents for preparation of the response. Response to this Notice is strictly voluntary and will not affect future ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Natick Contracting Division is conducting market research to obtain information regarding companies capable of providing all necessary management, resources, and technical expertise to design and build two (2) smart, universal pan and tilt units (PTUs). The first unit should be as small as practicable and capable of holding/controlling two (2) small surveillance cameras (simultaneously and one at a time). The second should be a larger system capable of holding/controlling a single large format camera/lens weighing up to 40 lbs. Design Objectives : 1. The PTUs shall accept pan and tilt commands from controllers utilizing the Visca protocol. 2. The PTUs shall be capable of translating Visca protocol commands from controllers to the appropriate output to operate non-Visca cameras on a User configurable basis. 3. The PTUs shall be capable of passing through Visca commands to a third camera that is not mounted to the PTU (reference Figure 1 attached). 4. The PTUs shall be capable of accepting "geo-pointing", Cursor on Target (CoT), and National Marine Electronics Association (NMEA) data to direct automatic movement towards targets. 5. The PTUs shall provide serial, power, and video (SD/HD-SDI) pass-through between the controller device and the cameras. The preference is that all of this capability is provided via a single cable/connector. 6. The PTUs shall utilize absolute motor encoders for position feedback. 7. The PTUs shall be rated to IP-67. (See attachement for notional system schematic). Administration : The Government will retain comments and information received in response to this RFI. Proprietary information should be identified as Company Proprietary. Do not use Government security classification markings. All written responses must be received by Close of Business (COB) on 16 March 2018. The Government Contracting Officer for this notice is Jessica Ely. Responses should be sent by e-mail to: jessica.l.ely.civ@mail.mil. Material that is advertisement only in nature is not desired. SUBMITTALS: Interested parties shall respond by specifying if they have a current commercially fielded product that expressly meets the parameters listed above. Interested Parties shall submit a short summary (no more than 10 pages total) describing their products' capabilities in each of these areas. Interested Parties shall provide business size status based upon NAICS Code 332311, Small Business Size Standard of 500 Employees, and CAGE code as registered at SAM.gov. Interested Parties may include item brochure information with the summary package by the Government's requested date of submittal of March 16th, 2018. Interested parties shall submit information in response to this RFI to: Jessica.l.ely.civ@mail.mil. Responses shall be submitted and received via Email no later than 11:00AM, EST March 16th, 2018. Documents shall be electronic in Microsoft Word, Excel, Power Point, and/or Adobe Portable Document Format (PDF) and provided as attachments to the Email. No telephonic responses to this RFI will be considered. Questions concerning this RFI may be addressed by contacting: Jessica.l.ely.civ@mail.mil. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Responses to this RFI are not offers for contract and will not be used by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Vendors having products that they believe would be suitable for military operations as described herein shall submit all supporting documentation requested by this RFI to the POC noted above. Please provide information on your organization in the following areas: 1. Company Name, Address and Single Point of Contact with Name, Title, Telephone Number and E-mail Address. 2. DUNS Number and Cage Code 3. Confirmation of Current Active Registration in System for Award Management (SAM) 4. Primary NAICS Code(s) and Business Size (i.e., small/large) 5. GSA Schedule, If Available 6. Commercial Price List, if GSA schedule is Not Available 7. Product Specific Brochures Literature PROVISIONS AND CLAUSES : 52.215-3 -- Request for Information or Solicitation for Planning Purposes. Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "Proposal" and "Offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: [state purpose]. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6f70431223ba2ccc12faf5aa6a769f50)
 
Place of Performance
Address: Fort Belvoir, VA, United States
 
Record
SN04827058-W 20180218/180216231332-6f70431223ba2ccc12faf5aa6a769f50 (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.