Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2011 FBO #3469
SOURCES SOUGHT

99 -- Class-1 Sound Level Meters

Notice Date
5/23/2011
 
Notice Type
Sources Sought
 
Contracting Office
US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-11-X-D030
 
Response Due
6/23/2011
 
Archive Date
7/23/2011
 
Point of Contact
Philip Johnson, Contract Specialist, (973)724-9360
 
E-Mail Address
Philip Johnson
(philip.j.johnson2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The Army Contracting Command-Picatinny on behalf of the US ARMY ARDEC, Picatinny Arsenal, NJ is seeking firms capable of providing Class-1, remotely accessible and controllable sound meters meeting the specifications listed below. CAPABILITIES: Interested sources shall be capable of providing Class-1, remotely accessible and controllable sound meters that meet the following technical performance requirements: 168-170 Maximum Decibel levelMinimum reading interval of 2.5 msecGraphic LCD display with backlight and icon driven user interface inch microphone to inch preamplifier adaptor per sound level meter inch microphone adaptor for inch opening per sound level meter inch free-field pre-polarized condenser microphone, sensitivity = 2mV/Pa (+3dB), 5.4 Hz to 80 kHz (+2 dB) per sound level meterpreamplifier for inch free-field or random incidence pre-polarized microphonesElastomeric illuminated keypad with tactile actionVoice annotation without microphone and preamplifierDetectors: linear, slow, fast, impulse, peakFrequency weighting: A, C, ZPeak frequency weighting: A, C, ZTTL input and outputContinuous recording functionDownloadable data optionMemory capacity of 2 gigabytesData logging and analysis softwareProgrammable start and stop recording functionManual Peak controlExceedance based logging analysis with event, interval and daily historiesClass 1 acoustic calibrator with user selectable output of 94 or 114 dB at 1 kHz. inch opening.Detachable preamplifierMinimum 10 foot microphone extension cable per sound level meterStandard tripod mountUSB 2.0 peripheral full-speed portWindscreen per microphoneProtective case, battery pack and power supply with USB cable per sound level meterThe system shall be able to be remotely operated. The operator must be able to read the display while separated from the microphones by up to three hundred feet. The preferred method of remote operation is via Ethernet (RJ45) connection. The system shall be fully controllable from a remote location, but at a minimum, the display and reset of the unit for new data collection shall be able to read from a remote location by the operator.The contractor shall provide training for three (3) operators for one (1) day for the new system. The systems shall be subjected to government provided live fire impulse noise for the training. Training shall cover both local and remote operation of the hardware, software and any peripherals associated with the system.Wireless remote operation is not an option due to concerns over explosive safety of RF sensitive devices.Traceable NIST(National Institute of Standards & Technology) calibration certificate per sound level meterEXPERIENCE: This notice is open to all business concerns; however, the government intends to evaluate and award BPAs to small business concerns. In the event that there are not enough responses from small businesses the government will consider awarding to large business concerns. The Government may enter into one or multiple Blanket Purchase Agreements as a result of this notice. Firms/companies are invited to indicate their interests and capabilities by providing specifications, brochures, manuals, reports, information pertaining to experience on previous contracts for similar supplies/services and other technical data. All information is to be submitted via e-mail (10MB limit) at no cost or obligation to the Government; information provided will not be returned. All responses shall be in the English Language. Responses shall also indicate the size of the business entity; large or small business and indicate which of the technical areas(s) you are addressing in your submission. Please provide name of your firm, address, POC, phone/fax number, and email address. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email only. Interested firms are encouraged to submit their capabilities / qualification data NO LATER THAN June 23, 2011. Submittals and questions should be directed to the following point of contact: US Army Contracting Command, Attn. Philip Johnson, CCJM-JA, Bldg. 10, Picatinny, NJ 07806-5000, email Philip.J.Johnson2@us.army.mil. The Government will not be issuing a formal Request for Proposal (RFP) because this announcement will result in Blanket Purchase Agreement(s). In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. All interested and potential firms must be registered in CCR, and current firms must update once a year to maintain active status. Please visit the CCR website to register and update, https://www.bpn.gov/ccr/default.aspx. Whether applying for assistance awards, contracts, or other business opportunities, all entities are considered "registrants". Registration in no way guarantees that a contract or assistance award will be awarded. The following information is required to register in CCR: DUNS Number; Tax Identification Number (TIN) and Taxpayers Name; Statistical Information about your business; and Electronic Funds Transfer (EFT) Information. Once a business has been registered in CCR, it can then register in ORCA, https://orca.bpn.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eeab668d541ee857131762e818b2062d)
 
Record
SN02454508-W 20110525/110523234401-eeab668d541ee857131762e818b2062d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.