SOURCES SOUGHT
58 -- Next Generation Mobile Radio Batteries/Equipment
- Notice Date
- 4/5/2004
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- DHS - Border and Transportation Security, Customs and Border Protection, Procurement Division, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
- ZIP Code
- 20229
- Solicitation Number
- Reference-Number-CCCCC
- Response Due
- 4/23/2004
- Archive Date
- 5/8/2004
- Point of Contact
- Aaron Ford, Contracting Officer, Phone 202-344-1404, Fax 202-344-1254,
- E-Mail Address
-
aaron.h.ford@customs.treas.gov
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) AND NOT A REQUEST FOR PROPOSAL (RFP). The Department of Homeland Security, Customs and Border Protection (CBP) is seeking sources that are capable of providing batteries for handheld (portable) Land Mobile Radio (LMR) that weigh less and run longer under one of two possible scenarios: (1) a cost effective battery/battery charger in accordance with government/industry specifications and (2) a cost effective stand-alone battery that is compatible with CBP?s existing battery chargers. In both scenarios, the proposed battery solution must be compatible with the XTS 5000 radio. Currently, the existing batteries in use are as follows: (1) 7.2 Volt Lithium ? Ion (1800 ma ? Hr.), (2) 7.5 Volt Nickel ? Cadmium (1800 ma ? Hr.), (3) 7.5 Volt Nickel ? Metal ? Hydride (1800 ma ? Hr.). These batteries are encased in a ?brick? approximately 6.2? X 2.3? X 0.7? and are expected to operate over a full 8?hour shift. The proposed battery solution must operate within a temperature range of ? 5o C to +50o C and must survive storage from ?30o C to +60o C. In addition, the new battery must be able to use/maintain an Energy capacity of 2500 ma ? Hours or greater. Any chemistry will be considered provided it can be recharged by CBP existing battery chargers (Motorola WPLN4111AR). Lighter weight is considered an added benefit. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment of direct or indirect costs or charges by the Government will arise as the result of the submission of contractor?s information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Firms that wish to respond to this RFI shall provide a technical proposal/approach and a cost estimate to the Contracting Officer via e-mail at Aaron.H.Ford@dhs.gov. The cost estimate is for budgetary/planning purposes. Firms who wish to respond to this RFI should also include their business size, CAGE Code, Dun and Bradstreet number, GSA Schedule, should they possess one. Interested persons should contact Aaron H. Ford, Contracting Officer, Customs and Border Protection, 1300 Pennsylvania Avenue NW, Washington, DC 20229, (202) 344-1404.
- Place of Performance
- Address: 1300 Pennsylvania Avenue NW, Washington, DC
- Zip Code: 20229
- Zip Code: 20229
- Record
- SN00559773-W 20040407/040405211530 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |