Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2011 FBO #3603
SOURCES SOUGHT

66 -- Acoustic Release and Topside Control Box

Notice Date
10/4/2011
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-12-R-SS01
 
Response Due
10/13/2011
 
Archive Date
12/12/2011
 
Point of Contact
Valerie Reller, 509-527-7215
 
E-Mail Address
USACE District, Walla Walla
(valerie.k.reller@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice type: Sources Sought Posting date: October 4, 2011 Response date: October 13, 2011 NAICS code: 334519 - Other Measuring and Controlling Device Manufacturing PSC: 6695 Solicitation #: W912EF-12-R-SS01 This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources for a supply requirement entitled: "88 Acoustic Release Procurement". This will be a firm-fixed-price supply contract. The purpose of this sources sought is to determine interest and capability of potential qualified small businesses relative to the North American Industry Classification code (NAICS) 334519. The Small Business Size Standard for this NAICS code is 500 employees. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement will depend on the responses to this sources sought synopsis. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS (1)Your intent to submit a quote for this project when it is formally advertised (2)Name of firm with address, phone and point of contact. (3)CAGE Code, DUNS number or a copy of your Central Contractor Registration (CCR) information (4)Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in fabricating similar products, up to three (3) past projects for which your firm was the prime contractor. The SOC should be no more than three pages in length. NOTE: IF YOU DO NOT INTEND TO SUBMIT A QUOTE FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition. Where to send responses U.S. Army Corps of Engineers 201 North Third Avenue ATTN: Contracting/Valerie Reller Walla Walla, WA 99362 Phone: (509) 527-7215 Fax: (509) 527-7802 E-mail: Valerie.K.Reller@usace.army.mil Response deadline October 13, 2011 at 1:00 p.m. (PDT) Place of Performance U.S. Army Corps of Engineers, Walla Walla District 201 North Third Avenue Walla Walla, WA 99362 REQUIREMENT DESCRIPTION District Wide Acoustic Release Procurement Scope of Work Contractor shall provide Acoustic Release and Topside Control Box 1. Release Load Rating: Not Less than 100 kg 2.Air Weight: Not more than 5kg including batteries 3.Shape: Cylindrical, not more than 11 cm-diameter (maximum of cylinder diameter minus other parts, e.g.; strongback) 4.Operating Life: Minimum operational life of 6 months 5.Releasing Method: Motor driven with a lever or arm that can hold a ring or shackle 6.Transducer position: Top (surface oriented) 7.Transducer Beam Pattern: Omni directional 8.Depth rating: Not less than 250 m 9.Operating Range: Not less than 2 km 10.Operating Temperature: 0 - 50 Celsius 11.Remote Communication: No remote bi-directional communication is required 12.Construction Material: a.Housing: PVC or equivalent b.Release lever and camshaft (releasing mechanism parts): Stainless steel or Titanium c.Strongback: Material shall be aluminum or stainless steel. d.Miscellaneous Fasteners: Any supplied hardware accessories shall be stainless steel. 13.Topside Control Box (Command Unit): a.Shall have an internal rechargeable battery power option b.Shall have AC external power option c.Shall have a low frequency transducer with a minimum 10 meter/ maximum 30 m cable 14.Servicing: The release shall be serviceable (e.g.: replacing batteries) in the field. Any specialized tools needed for servicing must be provided with each release. 15.Release Identification: Each release shall have the capability to be identified by unique release codes. Release codes shall be coordinated with the USACE prior to encoding to minimize chances for duplicate codes with existing receivers. 16.Documentation: Clear, concise user manuals describing how to operate, maintain, and troubleshoot the release, modem, transponder, and topside control box.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-12-R-SS01/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02601783-W 20111006/111004234719-7fe4d46b42bd81ea1bcea3c92772e597 (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  © 1994-2020, Loren Data Corp.