Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2020 SAM #6730
SOURCES SOUGHT

71 -- NIGHT VISION GOGGLES LOCKER

Notice Date
5/1/2020 2:26:26 PM
 
Notice Type
Sources Sought
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
FA6712 911 AW LGC CORAOPOLIS PA 15108-4495 USA
 
ZIP Code
15108-4495
 
Solicitation Number
FA6712-20-RFI-0002NVG
 
Response Due
5/12/2020 11:00:00 AM
 
Archive Date
06/02/2020
 
Point of Contact
Jessica Lyn H. Rasmussen
 
E-Mail Address
jessica_lyn.rasmussen@us.af.mil
(jessica_lyn.rasmussen@us.af.mil)
 
Description
SOURCES SOUGHT:� THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!� This notice does not constitute a commitment by the Government.� All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Sources Sought number is FA6712-20-RFI-0002NVG and shall be used to reference any written responses to this source sought. Pittsburgh Air Reserve Station, Coraopolis, PA anticipates a requirement for Night Vision Goggle Lockers.� The North American Industry Classification Systems (NAICS) Code proposed is either 337215 � Showcase, Partition, Shelving, and Locker Manufacturing or 332999 � All Other Miscellaneous Fabricated Metal Product Manufacturing.� The size standard for NAICS is 500 employees and 750 employees respectively.�� The requirement is to provide:�� NIGHT VISION GOGGLE LOCKERS TO INCLUDE INSTALL, SETUP & TRAINING Salient Characteristics:� Sensitive Items AutoLocker Management System: The Sensitive Items AutoLocker Management System or equivalent will be used for night vision goggle (NVG) secure management. NVGs are a highly expensive and pilfer-able assets and are required to be a controlled equipment item. This AutoLocker system is controlled by a secure locking system that can be programmed to allow individual personnel access by using their government ID. This allows for maximum secure control, while managing accountability and minimizing the loss and damage of these assets. Capabilities: Locker must be securely locked and have a capability to electronically track on a computer the individual who is opening and closing each locker. General Features: Frame size - (24�W x 6 units =144� in length) require 70 module doors Door size - (24�W x 6�H x 24�D) Electronic controller - Computer Software License, fit into management station-12�H x 24� W Electrical - 110v, 60Hz Single Phase Installation - Setup, install and training Freight FOB 911th OSS, Coraopolis, PA Additional Features: Includes all design services, manufacturing, packaging, freight, inside delivery, installation by factory certified (non-union/non-prevailing wage) technicians during normal business hours, cleanup of area, and warranty. Software can manage the NVG�s by serial numbers, case numbers, brand, model, etc. and to the individual who they are issued to by date/time stamp using a government ID card to log the NVG�s in and out. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings. We are interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement.� The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort.� Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying.� Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. NOTE:� RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! No assumptions will be made regarding capabilities. Firms must submit sufficient information to assist the Contracting Officer in making a determination regarding capabilities. Please note:� All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.� The website for registration is www.sam.gov. Responses may be submitted electronically to Jessica Rasmussen at jessica_lyn.rasmussen@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 05/12/2020 at 2:00pm Eastern. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through https://beta.sam.gov Opportunities (formerly FBO).� Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/599d598bba5743ab889ec05fffb51da2/view)
 
Place of Performance
Address: Coraopolis, PA 15108, USA
Zip Code: 15108
Country: USA
 
Record
SN05643437-F 20200503/200501230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.