Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOURCES SOUGHT

58 -- Sound Masking System (SMS)

Notice Date
4/12/2012
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-12-Q-B046
 
Archive Date
5/5/2012
 
Point of Contact
Iris R. Dagani, Phone: 321-494-9948, Bradley E Richardson, Phone: 321-494-3668
 
E-Mail Address
iris.dagani@patrick.af.mil, brad.richardson@patrick.af.mil
(iris.dagani@patrick.af.mil, brad.richardson@patrick.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and is not to be construed as a commitment by the Government. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 334511 "Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing". The size standard for this NAICS is 750 employees. Project Description: Air Force Technical Applications Center (AFTAC), located on Patrick Air Force Base, Florida has a current requirement for a Sound/Speech Masking System (SMS) to meet the security requirements outlined in IC Tech Spec‐for ICD/ICS 705, Version 1.1, Dated 31 Oct 11 (Attachment 1) for multiple areas/rooms. These areas are located in Buildings 989 and 710 within the Patrick AFB installation. The specific security specifications required are listed below and must be approved by the Defense Intelligent Agency (DIA) for TEMPEST and SCIF certification (DIA/DAC-2A). The system required uses sound cancelling technology in defeating sound attenuation. System Requirements: Sound Masking System Processor. An advanced speech masking generator shall be installed incorporating a programmable sound masking source a modular digital amplifiers with volume control, and self-calibrating and self-testing emitter modules to allow all emitters to be volume-controlled for audio leveling within the installed areas. Modular Digital Amplifier. The programmable digital amplifiers shall be used to increase speech privacy in a variety of environments by amplifying the sound masking source throughout multiple self-calibrating and self-testing emitter modules within a specific zone. The programmable digital amplifiers shall be 25 Watts or greater. Each amplifier channel shall adequately power medium to large sized zones. Duct Mounted Emitter Module. The duct mounted emitter module shall be composed of an internal driver, self-test circuit, wire leads, and wire terminals. The unit shall be capable of continuous use and able to handle the core-generated acoustical sounds. The unit shall give the unit the flexibility to be attached to the top or exterior of any rectangular duct, with a diameter as small as 6" in diameter. The products shall be warranted from internal failure in normal use for at least three years, and manufacturer shall repair units within warranty without charge. Surface Mounted Emitter Module. The surface mounted emitter module shall be installed on a variety of wall, ceiling and sub-floor surfaces. The low profile emitter shall be designed for quick and easy installation into cavities. The unit shall be designed to provide balanced sound distribution with accessories to suspend the unit from above or anchor to structure. Interested Parties: The government is interested in ONLY Service Disabled Veteran Owned Small Businesses that are interested in performing this 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, anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. (insert any other questions the customer would like to see.) The Government will use this information in determining its small business set-aside decision. Capabilities Package. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Submit capabilities packages by mail to 45 CONS/LGCBA, Attn: FA2521-12-Q-B046,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; Fax 321-494-5136, or email iris.dagani@patrick.af.mil. RESPONSES ARE DUE NO LATER THAN 20 Apr 12 at 1400 Eastern.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-12-Q-B046/listing.html)
 
Place of Performance
Address: Air Force Technical Applications Remote Operations Center, Building 710, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02720406-W 20120414/120412235050-0bd954936426ed0bd56fd96f8899bef5 (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.