Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2012 FBO #3893
SOURCES SOUGHT

52 -- Seismic Monitoring System

Notice Date
7/20/2012
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
 
ZIP Code
32925-3002
 
Solicitation Number
FA7022-12-R-SEISMIC
 
Archive Date
8/18/2012
 
Point of Contact
Patricia K. Bosinger, Phone: 3214940998
 
E-Mail Address
patricia.bosinger@patrick.af.mil
(patricia.bosinger@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY ANNOUNCEMENT. No solicitation will be issued at this time. In accordance with FAR Part 10, Market Research, AF ISR Agency/A7KR is seeking qualified sources capable of providing a self-contained seismic monitoring system. The units must be 'turn-key' and provide live monitoring data. A 'turn-key' system must include and integrated solution containing data collections equipment, VSAT equipment and other related instruments and devices as follows: - Seismometer (broadband 0.02-16Hz, three axis) - Digitizer with GPS (three channel, separate calibration channel, minimum 24-bit resolution) - Digitizer with interface to control and calibrate (performance check) seismometer - Digitizer with local data storage (24 hours @ 40 samples per second) - Digitizer with local and remote terminal control - Seismic subsystem sensitivity 0.01 nm/count at 1 Hz - Seismic subsystem noise at or below the AFTAC Low Noise Model (ALNM) - Seismic subsystem operational temperature range (-40◦C to +60◦C) - During installation, local display and analysis of seismic signals (Laptop, etc) - Batteries, Solar Panels, & Charge Regulator (4-day battery reserve without recharge) - Local area network equipment (i.e. router, switch, firewall, cables) - Communications equipment (i.e. VSAT terminal, dish, antenna, radio) - Protective Housing (environmental, UV) - Grounding and Lightening Protection - Minimum equipment Mean-Time-Between-Failure: 7-years The equipment must be packaged such that the system has minimal installation requirements and must not involve cumbersome installation like bore holes or shallow postholes. Additionally, the system package must be easily configurable, shippable, and installable for a two man team. The system must be ruggedized and weather resistant as well. Interested firms are requested to submit interest and capability statements (maximum of three pages, not including the cover page) in writing NLT 3 AUG 2012. The Government will not reimburse the costs of preparing responses to this request for information. The capability statements should show evidence of the Offeror's ability to provide the products described above and at a minimum include the following information: (1) company name, point of contact, email address, telephone number and type of business and size; (2) brief description of any relevant contracts (commercial or government), contract numbers, contract dollar values, and dates of performance. Respondents are also encouraged to submit information regarding commercial practices that the government should consider implementing for this acquisition. All potential offerors are reminded that in accordance with FAR 52.204-7, all potential contractors should be registered in the Central Contractor Registration (CCR). Lack of registration in the CCR will make the offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor these sites for release of any future synopsis or release of the solicitation. Applicable NAICS is 334519, Size Standard is 500 employees. RESPONSES ARE DUE NO LATER THAN 3 Aug 2012. No telephone calls will be accepted. Offerors may forward capabilities statements and direct all questions regarding this Sources Sought Announcement to the attention of Ms. Patricia Bosinger, Contracting Officer, at email: patricia.bosinger@patrick.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a50b42ba1ab4dd820f758acf4f158968)
 
Place of Performance
Address: 1030 S. Highway A1A, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02810586-W 20120722/120720235655-a50b42ba1ab4dd820f758acf4f158968 (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.