Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2020 SAM #6952
SOURCES SOUGHT

84 -- Magnetic Breakaway Helmet Mounting System

Notice Date
12/9/2020 9:07:09 AM
 
Notice Type
Sources Sought
 
NAICS
33399 —
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(000 ELIZABETH CTY NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03821IE0000006
 
Response Due
1/4/2021 1:30:00 PM
 
Archive Date
01/19/2021
 
Point of Contact
Christy H. McKethan, Phone: 2523356072
 
E-Mail Address
Christy.H.McKethan@uscg.mil
(Christy.H.McKethan@uscg.mil)
 
Description
Description This is a sources sought synopsis only, not a solicitation announcement.� This is NOT a request for proposals or quotes and in no way obligates the Government to award any contract.� The USCG is conducting market research to seek sources that can provide a magnetic breakaway helmet mounting system for the Team Wendy and Gath protective helmet for the rescue swimmers.� The USCG looking for alternative products for this requirement as well as potential costs for any alternative products.� The USCG currently uses a magnetic breakaway helmet mounting system that is a two (2) part mounting system, low profile that will attach to the Team Wendy and/or Gath protective helmet. This system would be used to mount operational required flashlight. One (1) piece of the mount is affixed to the helmet with two (2) small bolts, one (1) half holds the light with 2 (two) Velcro or similarly secured straps. The two (2) pieces are held together with neodymium magnets. Two (2) disk magnets are linearly embedded in each piece. This design allows the two (2) pieces to separate under a specific strain weight in the case of an entanglement. See Attachment 1 for requirements. Responses Responses to this notice should include company name, address, telephone number, and point of contact (POC).� Please respond to the following questions: Describe your product�s specifications and how it is capable of performing the required tasks. Indicate the weight and dimensions of the product. Describe what changes you would need to make in your product to meet our desired needs as per attachment (1). Please indicate an estimate of how long of a lead-time would your company will need to facilitate the development of your submission to meet our needs. Is your business a large or small business? If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? Is your firm a certified �hub zone� firm? Is your firm a woman-owned or operated business? Is your firm a certified Service-Disabled Veteran-Owned? Is your product listed on a GSA schedule? Do you have other government agencies using the product, and if so which agencies, POC�s and contract numbers? 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 USCG still plans to proceed with the acquisition, a solicitation announcement will be published on the Federal Business Opportunity website.� Responses to this sources sought synopsis are not adequate response to any future solicitation announcement.� All interested offerors will have to respond to the solicitation in addition to responding to this sources sought synopsis.� Responses to this sources sought synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. Closing date and time for receipt of response is January 4, 2021 at 4:30 Eastern Standard Time (EST).� E-mail responses are preferred and may be sent to Christy.H.McKethan@uscg.mil.� Please indicate 70Z03821IE0000006 in the subject line. Responses may also be mailed to the following address: USCG ALC 1664 Weeksville Road ESD Building 78, 70Z03821IE0000006 Attn:� Christy McKethan Elizabeth City, NC 27909
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/acec7385875f4387abe2cfc5d01b1884/view)
 
Record
SN05870549-F 20201211/201209230151 (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.