Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOURCES SOUGHT

59 -- Avian Social Attraction Audio Systems

Notice Date
9/18/2014
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF14RSS57
 
Response Due
10/7/2014
 
Archive Date
11/17/2014
 
Point of Contact
Gary Weir, 509-527-7223
 
E-Mail Address
USACE District, Walla Walla
(gary.weir@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contracting Office: US Army Corps of Engineers, Walla Walla District, 201 North Third Avenue, Walla Walla WA 99362. Subject: Sources Sought for the supply of Avian Social Attraction Audio Systems Point of Contact: Gary Weir Contracting Officer, 509-527-7223, gary.r.weir@usace.army.mil Description of the Requirement: The Walla Walla District Corps of Engineers (District) requires the need to acquire seven (7) avian social attraction audio systems for use at Don Edwards San Francisco Bay National Wildlife Refuge (Don Edwards NWR) as part of implementing avian social attraction measures in conjunction with the Corps' overall avian management efforts Audio System Minimum Requirements: - Compact outdoor audio system capable of playing pre-recorded audio tracks at a minimum of 80 decibels one meter from the source via omni-directional outdoor speakers. - System shall contain at least two independent outdoor omni-directional speakers to be stationed up to 50' in opposing directions from a single audio source stationed in a waterproof box. - Waterproof box to hold audio components including design features to reduce potential sources of environmental contamination (e.g. from a leaking battery) and resist degradation from extended outdoor use and UV exposure. - Solar powered electrical charging system capable of continuously powering the full system independently for a minimum of 4 months without maintenance. System to be designed and compatible with use of two 6-volt Absorbed Glass Matt (AGM) batteries. Batteries not to be included in package. - All components necessary to operate the system must be included in the system except for the primary AGM batteries. System shall contain typical spare parts anticipated to be necessary for 1 year of operation (e.g. speaker wire, spare fuses, etc) and an Operations and Maintenance (O&M) manual (i.e. system instructions). - System shall be capable of withstanding continuous outdoor deployment and playback in northern California and southern Oregon estuary and inland lake environments. This shall include the ability to withstand freezing weather conditions, direct sunlight, ambient temperatures up to 110 F, and salt spray/condensation typical of the San Francisco Bay area. - System shall be as compact as possible, with a ground footprint no larger than 12 square feet (e.g. LxW: 6'x2', or similar) and total volume of 36 cubic feet (e.g., LxWxH: 6'x2'x3', or similar). System shall not weigh more than 200 lbs in total. - Total anticipated number of systems to be purchased: 7 to 14 Anticipated Minimum Components: - Two greater than = 135 watt solar panels, solar panel stand, waterproof box to hold audio components and batteries, battery interconnect cables, charge controller, amplifier, voltage converter, mp3 player, DC loop isolator, 2 omni-directional outdoor speakers, 200 feet of 14 gauge speaker wire (100 feet per speaker), spare fuses, and an instruction book. The NAICS code for this requirement is 334310 with a size category of 750 employees. This is not a solicitation. This information is for 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. Interested parties that respond to this sources sought announcement should submit the following information: 1) A capability statement expressing interest in this requirement, describing the company and its capability to produce the avian social attraction audio systems. Delivery information: Please inform the government if you are able to meet the below required delivery date if the contract is awarded by 15 Nov 2014: ____ All seven (7) avian social attraction audio systems delivered NLT 1 Feb 2015 ____ All seven (7) avian social attraction audio systems delivered NLT 15 Feb 2015 ___ If not, please write a delivery schedule, detailing when you can deliver all seven (7) avian social attraction audio systems: _______ days. 4) A statement of the company's business size and type (HUBZone, Service Disabled Veteran Owned, 8(a), Small Business). Large businesses are also encouraged to submit a response. Interested parties should submit their responses to Gary Weir, Contracting Officer, via email to gary.r.weir@usace.army.mil Your response to this notice must be received by 4:00 PT, October 7th 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF14RSS57/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN03518492-W 20140920/140919000026-a61d705797bc7c0e13b67b8d63a1f5ce (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.