Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2011 FBO #3625
SOURCES SOUGHT

66 -- Multi Meter - Statement of Objectives

Notice Date
10/26/2011
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-11-R-XXXX
 
Point of Contact
Lisa C. King, Phone: 8138261555, JENNIFER C. WILLIAMS, Phone: 8138261169
 
E-Mail Address
lisa.king@socom.mil, jennifer.williams@socom.mil
(lisa.king@socom.mil, jennifer.williams@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Multi Meter Environmental Reqt's - Table 2 Multi Meter Performance Reqt's - Table 1 Attachments to Multi Meter Sources Sought ALL OF THE INFORMATION PROVIDED IN THIS ANNOUNCEMENT IS CONSIDERED PRE-DECISIONAL AND DOES NOT COMMIT THE UNITED STATES GOVERNMENT TO ANY ACTION. THE INFORMATION IS PROVIDED TO HELP POTENTIAL OFFERORS GAUGE THEIR INTEREST IN THE POTENTIAL EFFORT DESCRIBED HEREIN. The purpose of this sources sought request is to identify potential vendors that are capable of meeting a United States Special Operations Command (USSOCOM) need for an integrated, multi-function handheld digital multi-meter. The system is intended for use in the field and should be robust, portable, self-powered and operable in bright sunlight, night, or night with night vision goggles. The multi-meter will serve as a multifunction diagnostic tool. Vendors interested in this potential requirement should respond to the Contract Specialist identified below with the Notice of Intent (NOI) and a summary of their firm's capability that meets or exceeds the threshold performance objectives listed in Table 1 of the DRAFT Statement of Objectives (SOO) attached. Interested parties are requested to submit a 2-3 page white paper by close of business (COB) 07 November 2011 addressing current technology and/or capability to meet the proposed requirements as stated in this announcement and the DRAFT Statement of Objectives (SOO). White papers should include a top level project schedule to meet the proposed requirements. The Government also requests feedback on the contract type your firm recommends (e.g. Firm Fixed Price or Cost Type) based upon your firm's individual capabilities and technology readiness level for this project. Actual cost and/or pricing data ($) shall NOT be provided at this time. Based upon interest, an industry day may be scheduled for potential offerors where the Government will provide more detailed explanations of the requirements and to permit offerors to ask questions regarding the requirements.   Furthermore, the following information will apply to the official request for proposal if/when it is issued: 1. The Government reserves the right to make no award, award one, or more than one, initial R&D contract(s) which is/are intended for the development and delivery of up to 8 prototype multi-meters to undergo contractor conducted environmental and performance testing. The Government then intends to conduct performance evaluation testing on the prototypes. 2. The initial research and development contract(s) are anticipated to have a 12 month period of performance. 3. If more than one contractor is selected to produce prototypes, only one may be selected for a follow on production contract based upon environmental testing results, technical and Government operator performance testing, and life cycle cost analysis, conducted before moving forward to the production phase. 4. Production requirements are estimated to be up to a maximum of 77 units plus spares with possible incremental ordering over 3 years, depending on funding. Production units shall be delivered within 6-12 months of order(s). 5. The Government intends to obtain Government Purpose Rights for the deliverables. 6. Offerors will be required to have repair capability for the deliverables. 7. The planned acquisition strategy is a best value source selection. This notification does not constitute an invitation to bid nor a request for proposal, and it is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited. The NAICS code for this effort is 334515 (Instruments Manuf. for Measuring & Testing Electricity & Electronic Signals). The contracting officer for this effort is Jennifer Williams (Jennifer.Williams@socom.mil), (813) 826-1169 and the contract specialist is Lisa King (Lisa.King@socom.mil), (813) 826-1555. The mailing address is 7701 Tampa Point Blvd, MacDill AFB 33621. Please provide the following information to the Government contract specialist identified above: name of firm, CAGE code, address, NAICS code, vendor business size (small or large business), and Point of Contact information including phone and email address. The vendor's NOI package to include the information identified above shall be provided no later than COB 7 November 2011. Email submissions are preferred; however, mailed copies will also be accepted if they are received prior to the deadline. The vendor is responsible for verifying the receipt of their NOI by the Government contract specialist. Only unclassified responses will be accepted. Please note that email and mailing addresses are not accredited for classified responses. Any violation of the above security guidance will result in a security incident which will be reviewed by USSOCOM security personnel.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-11-R-XXXX/listing.html)
 
Place of Performance
Address: 7011 Tampa Point Boulevard, MacDill AFB, Florida, 33621-5323, United States
Zip Code: 33621-5323
 
Record
SN02613536-W 20111028/111026234601-f1c04e5452899b7f1815357d2e03305d (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.