Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SOURCES SOUGHT

17 -- Ground Support Crew Wireless Headsets

Notice Date
6/29/2016
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8205-16-R-Headsets
 
Archive Date
7/27/2016
 
Point of Contact
Adam J. Rearick, , Sarah Albretsen,
 
E-Mail Address
adam.rearick@us.af.mil, sarah.albretsen@us.af.mil
(adam.rearick@us.af.mil, sarah.albretsen@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 334220 which has a corresponding Size standard of 1250 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. 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. 2. Program Details: 2.1 The F-22 System Program Office, Hill AFB, is seeking a capable and qualified source to provide wireless ground support/maintenance headsets and required supporting equipment to operate them. The product must have the following salient characteristics: •a) Ability to connect up to 5 users in 2-way radio mode •b) Noise cancellation and auto-leveling microphone, sound suppressor to reduce loud noise while enhancing other sounds •c) Built-in dB exposure tracking •d) Must have a minimum of a 20 dB Noise Reduction Rating (NRR) •e) Two-way encrypted radio, DECT Standard Cipher with 35-bit initialization vector encryption •f) USAF Approved to be around Ordnance containing electrically initiated devices •g) USAF Approved to be around Hazards of Electromagnetic Radiation to Ordnance (HERO) •h) Noise gate microphone sensitivity adjustment capability •i) Dustproof and sealed against salt spray and moisture, ANSI/IEC 60529 Ingress Protection IP66 rated •j) Humidity, temperature, and chemical exposure per MIL-STD-810 •k) Salt Spray per SAE J 1455, Sec. 4.3 •l) Vibration per SAE J 1455, Sec. 4.9 •m) Conducted Immunity per SAE J 1113-11 •n) Electrostatic Discharge per SAE J 1113-13 •o) Radiated Emissions per SAE J 1113-41 •p) Operating temperature -22°F (-30°C) to 140°F (60°C) •q) Storage temperature -40°F (-40°C) to +185°F (+85°C) •r) Frequency Bandwidth: 1920 MHz to 1930 MHz •s) 24-hour minimum operation powered by a rechargeable and user replaceable battery •t) AC Chargeable with 110/220V AC wall charger •u) Requires a case that can be secured when not in use (i.e. has places to secure closed with locking devices). •v) Minimum of 5 headsets •w) Pairing options so we can interchange and add new headsets to the communication network of the headsets •x) A communication hub that can be expanded to communicate to other hubs to increase the total headset network from 5 to 10 headsets with full communication. This Sources Sought notice shall not be construed as a formal solicitation or as an obligation on the part of the F-22 System Program Office to acquire any products or services. Information provided to the F-22 System Program Office in response to this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. A formal solicitation may be executed and posted separately on Federal Business Opportunities website (www.fbo.gov) at a future date. The F-22 System Program Office is interested only in identifying interested and capable contractors for this service and receiving industry feedback to improve the acquisition process as part of market research. Small Business (SB) Set-Aside Determination: The F-22 System Program Office reserves the right to determine if a SB set-aside is appropriate including specific socio-economic programs (HUB Zone, Small Business Administration (SBA) subcontractors referred to as "8(a)" contractors eligible under Section 8(a) of the Small Business Act (15 USC 637(a)), or SDVO small businesses) based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the F-22 System Program Office to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of this notice. Comments and/or suggestions on the attached specifications are encouraged and can be included with your capabilities package. All potential offerors are reminded, in accordance with Federal Acquisition Regulations (FAR) 52.204-7, System for Award Management (SAM), lack of registration in the SAM will make an offeror ineligible for contract award. Interested parties shall provide the following information: a. Company name, address, Cage Code, DUNS Number, NAICS codes, name of point of contact, telephone number and e-mail address; b. Small business status (service disabled veteran owned small business, HUB Zone, 8(a), minority business enterprise, etc.) if any; c. Date of business type certification and company's business size; d. Annual gross revenue, number of full-time employees by direct labor, indirect labor, and administrative/overhead positions; e. Company's primary source of business (commercial/private or Government sector); f. Appropriate written information and/or data supporting their capability to perform the required effort to include past performance information. Interested parties may but are not required to provide feedback concerning the following: a. Is this the appropriate NAICS code? If not, please identify which code is appropriate? b. Are you a manufacturer or do you subcontract the work? c. What is your lead-time for manufacturing? d. Have you ever performed federal government contracts? e. What are your payment terms? f. What are your standard packaging and marking requirements? g. Do you have a quality control process in place? If so, explain your process. h. What would you consider "risk" on the contractor's part for this acquisition? i. If you are a large business, do you have a subcontracting plan? Is it a commercial subcontracting plan? Have you met your subcontracting goals? If not, are there subcontracting opportunities for small businesses? j. If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work. k. Do any of the salient characteristics limit competition? l. Are there any aspects of this requirement which are not consistent with current industry practices? m. Add any questions specific to the acquisition not included above. Provide responses not later than 3:00 pm Mountain Daylight Time on 12 July 2016. The F-22 System Program Office is under no obligation to consider information received after 3:00 pm (MDT), 12 July 2016, as part of the formal market research for this acquisition. Submissions shall be limited to fifteen pages, a page is defined as one side of an 8.5 x 11 sheet of paper. Submit all of the above information in sufficient detail for a decision to be made on the availability of interested parties. Proprietary information should be marked "PROPRIETARY INFORMATION." An electronic email response is the accepted method. Failure to submit all information by the submission due date and time will result in a contractor being considered "not interested" in this requirement. Questions and responses should be addressed to the primary contact, Capt Adam Rearick, adam.rearick@us.af.mil, or alternate contact Sarah Albretsen, sarah.albretsen@us.af.mil. This is only a Sources Sought Notice and is NOT a Request for Proposal (RFP) or Request for Quotation (RFQ). No solicitation is being issued at this time, and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. In accordance with FARS Part 52.204-7, contractors must be registered in the System for Award Management (SAM) to be eligible for award. Register at https://www.sam.gov/portal/public/ SAM/#1. Any future information on this acquisition (statement of work, specifications, solicitation, etc.) will be posted on www.fbo.gov. It is the responsibility of the prospective offeror to review this site regularly for updates and/or changes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8205-16-R-Headsets/listing.html)
 
Place of Performance
Address: Hill AFB, UT, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04165652-W 20160701/160629234556-6a485ebf49a210f47a3356315c1beaee (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.