SOURCES SOUGHT
99 -- Entertainment Interactive 3-D Holographic Display for Tradeshows
- Notice Date
- 5/12/2020 2:01:39 PM
- Notice Type
- Sources Sought
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- FA8656 AFLCMC OL PK RAC EGLIN AFB FL 32542-6883 USA
- ZIP Code
- 32542-6883
- Solicitation Number
- FA8656-RAC-EB-3D
- Response Due
- 5/29/2020 10:00:00 AM
- Archive Date
- 06/13/2020
- Point of Contact
- Julian Thornton, Phone: 8508834511, Todd Davis, Phone: 8508820156
- E-Mail Address
-
julian.thornton.2@us.af.mil, todd.davis.16@us.af.mil
(julian.thornton.2@us.af.mil, todd.davis.16@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT ANNOUNCEMENT FOR Entertainment Interactive 3-D Holographic Display for Tradeshows THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTATION OR AN ANNOUNCEMENT OF A SOLICITATION.�� This is sources sought request for information is for the purpose of conducting market research to provide data for planning purposes.� This sources sought synopsis announcement does not constitute a formal solicitation and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. Any information submitted by respondents to this sources sought is voluntary.� The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. The Air Force Life Cycle Management Center, Rapid Acquisition Cell Division, Eglin AFB, Florida, is seeking potential sources capable of providing an Entertainment Interactive 3-D Holographic Display for Tradeshows�to Eglin AFB FL. The specification of the holographic display is below: Independent Dual Sided Projector with interactive holographic effect display. Full 1080 HD resolution.� Holographic display will feature updated 15"" interactive touch screens on each side to allow on demand play of up to 9 chapters on each side. Holographic image projection will be 15 inches high by 27 inches wide projected in a 44 inch wide chamber. Presentations float in mid air.�� Larger and brighter holograms than competitors.� Display will be branded and laminated in colors chosen by USAF.� Shipping and setup included. Feedback, questions, and comments regarding the above technical capabilities are welcomed. Interested firms are invited to submit a Statement of Capability (SOC), not to exceed 10 pages, showing the company's ability to fulfill the requirement described above.� It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.� This is not a solicitation nor will a solicitation package be issued as a result of this announcement, and no award shall be made as a result of this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number or Request for Quotation (RFQ) and the announcement may be published on FEDBIZOPPS.�� Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing.� This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate.� Firms responding to this announcement should include company name, cage code, point of contact, address, phone number, small business size, and indicate whether they are small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women-owned small business. For the purposes of being considered a small business, the following applies: NAICS- 334310, Audio and Video Equipment Manufacturing.� The�Government reserves the right to set-aside any subsequent acquisition based upon known sources and/or responses to this synopsis.� Responses are requested no later than 12:00 p.m. (CST) on 29 May 2020.� Direct responses and/or questions to Julian Thornton by email at julian.thornton.2@us.af.mil. Direct expression of interest as well as required documentation should be addressed in writing to the Contract Specialist.� All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation. All responsible sources may submit information that shall be considered by the agency.� If late information is received, it may be considered, depending on agency time constraints.� All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting.� The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement.� Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately.� Responses to this sources sought will not be returned.� The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought.� No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time.� In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought. Only government employees will review submitted responses to this sources sought.� Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor�s proprietary information.� These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. Contracting Office Address: ���������������������������������������������������� Place of Performance: AFLCMC/ PZJ� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � AFLCMC/ EBZ 200 West D Ave, Bldg 350, Ste 4,����������������������������������������������� 207 West D Ave, Bldg 349 Eglin AFB, Florida� 32542� ��������������������������������������������������������� Eglin AFB, Florida� 32542� United States �������������������������������������������������������������������������������� United States Primary Point of Contact: �������������������������������������������������������� Secondary Point of Contact: Julian Thornton����������������������������������������������������������������������������� Todd Davis Contract Specialist������������������������������������������������������������������������ Contracting Officer julian.thornton.2@us.af.mil��������������������������������������������������������todd.davis.16@us.af.mil Phone: 850-882-0360������������������������������������������������������������������� Phone: 850-882-0156 ��������������������������������������������������������������������������������������������������������
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e6e17c94cae24bd7821f1b18bd7d4cbd/view)
- Place of Performance
- Address: Eglin AFB, FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN05655312-F 20200514/200512230157 (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 |