Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2008 FBO #2502
SOLICITATION NOTICE

58 -- Mobile Electronic Countermeasure System

Notice Date
9/30/2008
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-XX-08-XXXX
 
Response Due
10/1/2008 12:00:00 PM
 
Archive Date
10/16/2008
 
Point of Contact
Jacob E. Kuhns,, Phone: 8138261169, LeEllen Hale,, Phone: 813-826-7322
 
E-Mail Address
jacob.kuhns@socom.mil, leellen.hale@socom.mil
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Sources Sought is to obtain information from potential sources that feel they are capable of meeting the U.S. Special Operations Command (USSOCOM) need for a Mobile Electronic Countermeasure System as described herein. This request if for a commercial off-the-shelf (COTS) item or an item that would require limited/minimal improvements. USSOCOM is looking for companies that have developed and produced a COTS Mobile Electronic Countermeasure System that would meet the following required minimum criteria: total system weight will be no more than 75lbs and less than 1.1 cubic feet, must fit easily into vehicle without compromising load or passenger carrying capability, compatible with standard 12/24V vehicle supply, user programmable through software, vendor upgradeable through software and/or firmware, audible, visual, and silent alert; system must display operating mode, low battery indicator and system failure alarm, system must be capable of being disabled in the field within four seconds and capable of re-programming in the field after being disabled, system must be capable of operating remotely via cable, when multiple systems are employed they will be interoperable and cause no adverse interface or disturb the performance of each system, and external antennas and transmitters will be of a design as not to unmistakably identify the system and purpose of the vehicle. Other desirable requirements include: reduced weight and size allowing easy handling and transfer between vehicles, self-powered upgrades; capable of use on vehicles or other means of transport where electrical supply systems are non-extent. USSOCOM seeks the Mobile Electronic Countermeasure System described above from worldwide sources as well as any potential candidates in current Government programs (U.S. or foreign). USSOCOM intends to review product literature, test data, and methodology used to support claims of ability to meet described criteria. USSOCOM may decide to acquire one or more vendor products that appear to meet or exceed the stated criteria for testing purposes. Based on the results of testing, the Government may procure and field systems to meet military operational needs. Responses to this sources sought are due NLT 1200 on 6 Oct 08 and should include a product description with performance parameters, a statement regarding current availability, summary of prior testing, test reports, a summary of logistic and maintenance requirements, and an estimated price of test articles and production units. Please provide name of firm, address, POC, phone/fax number, and email address to Jake Kuhns at jacob.kuhns@socom.mil (813-826-1169). The Contracting Officer is LeEllen Hale, leellen.hale@socom.mil (813-826-3306). Product data applicable to the above description should arrive NLT COB 01 Oct 08 at U.S. Special Operations Command, Attn: SOAL-KP (Jake Kuhns), 7701 Tampa Point Blvd, MacDill AFB, FL 33621. This sources sought does not constitute an Invitation for Bid or Request for Proposal, and it is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited. All responses must be unclassified. Additional Information: a. One on One Discussions: The Government may elect to conduct one-on-one discussions based on its analysis of the RFI responses, the quality of submission and the level and specificity of information provided. The discussions may be held with a selected set of responders. Please note that the Government is under no obligation to conduct these sessions. b. Responders who are selected for the one-on-one discussions will be contacted by email no later than 10 Oct 08 with a specific time and date for their one-on-one discussion. Detailed requirements for submitting Visit Requests, Security Clearance, and Post Access information will also be provided in the same email. Participations and discussions are voluntary and at the expense of the vendor. The NAICS code for this effort is 334511, and the small business size standard is 750 employees. This announcement is a request for information only and is not a request for proposal or announcement of solicitation. The information provided in response to this announcement may result in the Government developing a Request for Proposal. Failure to participate in this sources sought will not preclude offerors from participating in any follow-on Request for Proposal. The Government will not reimburse any respondent for any effort expended or any material provided in response to this announcement. All information/data delivered to the Government will not be returned.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=788591b39fcba856acfa97e67c912dc2&tab=core&_cview=1)
 
Place of Performance
Address: TBD., United States
 
Record
SN01685919-W 20081002/080930223044-788591b39fcba856acfa97e67c912dc2 (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.