Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
SOURCES SOUGHT

13 -- Remote Firing Devices - Sources Sought Package

Notice Date
6/13/2017
 
Notice Type
Sources Sought
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA8051-17-R-RemoteFiringDevice
 
Archive Date
7/28/2017
 
Point of Contact
Joseph R. Willard, Phone: 8502836942, Zach A. Martens, Phone: 8502836230
 
E-Mail Address
joseph.willard@us.af.mil, zachary.martens@us.af.mil
(joseph.willard@us.af.mil, zachary.martens@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - Desired Characteristics Sources Sought ******A word document of the attached will be included***** AFICA 772 Enterprise Sourcing Squadron SOURCES SOUGHT NOTICE 1. THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUCEMENT FOR INFORMATION PURPOSES ONLY. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. 2. The United States Air Force (USAF) has a requirement in support of Directorate of Air Force Civil Engineer Center (AFCEC) Readiness Directorate (CX) for the purchase of Remote Firing Device Kits with the desired characteristics identified in Attachment 1. The intent is to eventually award a multiple year contract to allow for the total acquisition of approximately 340 remote firing device kits. In order for the USAF to better understand the capabilities of the vendors that deal with remote firing devices, please address the questions/statements below. Ensure to answer each question referenced below to the remote firing device that is being offered or manufactured by your company. •1. What is the name, address, CAGE code, and DUNS number of your business? •2. Provide a point of contact (POC) to include name, telephone number and email address. •3. Based on the FAR 2.101 definition of "commercial item", would you consider the product you would provide a commercial item? •4. Specify your business type (large business, small business, small disadvantaged business, 8(a) certified small disadvantaged business, HUBZone small business, woman-owned small business veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) 325920 - Explosives Manufacturing. It is anticipated that NAICS 325920 will be utilized for this acquisition. The small business size standard for this NAICS is 750 employees. P rovide any additional NAICS code with justification that you would recommend as being more applicable. •5. Please provide your thoughts on whether subcontracting opportunities are available and what goals would be appropriate. Please include supporting rationale. •6. Identify any projects completed in the past three (3) years for the same or similar items to help determine your firm's capability in meeting the requirement for the items listed. Include any government contracts (Federal, State, or local) that you have been awarded for this type of requirement. Also, include the contract number and a government point of contact. Please also provide subcontracting percentages and dollars for the projects identified. •7. Is this product available on a GSA Schedule? If so, please provide the GSA Schedule number and part number. •8. Are you the manufacturer or distributor of the product you are proposing? If you are not the manufacturer, who is the manufacturer? •9. In regards to Attachment 1, can your product meet all of the characteristics listed? If not, which ones are you unable to meet and if you cannot meet one, how close are you in meeting the desired characteristics? Based on the responses from this sources sought, the desired characteristics MAY be adjusted. •10. How many transmitters and receivers are in each kit? •11. What are the dimensions of the transmitter? Receiver? •12. How is the kit packaged? What are the dimensions of the kit? •13. What accessories are included in the kit? •14. What is the weight of the Kit? Transmitter? Receiver? •15. How are transmitters coded/paired to the receivers? •16. What transceivers (receivers/transmitters) are installed in the devices? Provide transceiver/internal radio nomenclature, model number, emission designator, total frequency range, power output, etc. •17. Can additional receivers be "coded/paired" to the transmitter? •18. If a user has multiple kits can the transmitters and receivers be mixed and matched? •19. If a user has multiple kits how does the user ensure one kit doesn't inadvertently fire the receivers from another kit? •20. What is the line of sight, urban terrain, and open terrain communication ranges of the item you believe meets the requirements of this sources sought? •21. Is there "one way" or "two way" communication between transmitters and receivers? •22. Is there a timer/time delay function? •23. What safety features does the kit provide from inadvertent firing, jamming or outside control? •24. What battery is used to power the transmitter? Receiver? •25. What is the expected battery life? •26. What is the power output of the receiver's electrical firing circuit? •27. What operating temperatures will the Remote Firing Device function in? Is there any certification? •28. Is the system weatherproof (wind, rain, snow, blowing sand, etc)? •29. Are there any existing explosive safety certifications (e.g. WSERB, DDESB, etc)? •30. Are disposable receivers available? •31. Do kit receivers, or accessory receivers, provide shock tube initiation? •32. Is the transmitter capable of initiating more than one receiver at a time? •33. Does the transmitter provide receiver status information? •34. What radio frequency equipment is used in your Remote Firing Device? Please provide part number, model number, and NSN if applicable. •35. Does your Remote Firing Device have any DoD spectrum approval/assignment? Any FCC approval? If so, provide any supporting documentation. •36. If so, what is your J/F-12 # or FCC ID? •37. If you don't have a J/F-12 #, what stage is your DD 1494 at? •38. What frequency/bandwidth does your Remote Firing Device operate on (receiver and transmitter)? •39. Does the user have the ability to change frequencies? If so, what is the frequency range/bandwidth the user can select? •40. What is the Transmitter RF Power? •41. What is the Receiver RF Power, if applicable? •42. Is the frequency "user" programmable or factory set? •43. Does your system have any interoperability protocol with other remote firing device systems? 3. The Government is performing market research primarily in order to determine if there are firms that possess the capability to execute the requirements for this sources sought. Therefore, we further invite all business concerns to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation costs. 4. If your firm would be interested in such work, you are strongly encouraged to submit a capability statement that addresses as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. 5. All interested sources are encouraged to submit a capability statement in addition to the questions/statements from above response to this announcement. All such responses will be considered by the agency. Responses can be submitted electronically using the following address: joseph.willard@us.af.mil 6. All responses shall be received by 13 July 2017 at 1:00 PM central time. Responses shall be no more than 30 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government will only review the first 20 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. Questions concerning this announcement shall be submitting in writing via email to Contracting Officer, Joseph Willard ( joseph.willard@us.af.mil ) by 20 June 2017 at 1:00 PM central time. The Government does not intend to rank submittals or provide any reply to firms as it relates to the Government's review of the data submitted in response to this announcement. List of Attachments: Attachment 1 - Desired Characteristics
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1c924a9a1f4912e28d31b76b7311bbfc)
 
Place of Performance
Address: Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN04543419-W 20170615/170613235456-1c924a9a1f4912e28d31b76b7311bbfc (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.