Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2013 FBO #4313
SOURCES SOUGHT

70 -- Giant Voice Pope

Notice Date
9/13/2013
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-13-T-0485
 
Response Due
9/16/2013
 
Archive Date
11/12/2013
 
Point of Contact
Aaron Martin, 555-555-5555
 
E-Mail Address
MICC Center - Fort Bragg
(aaron.b.martin12.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1. INTRODUCTION: 1.1. DESCRIPTION AND LIMITATIONS: 1.1. The Fort Bragg Directorate of Plans, Training, Mobilization, and Security has a requirement for upgrade to three Giant Voice (GV) Poles and arrays at Pope Army Airfield. For Standardization, the GV poles are requested to be the same style and configuration as the other GV poles already being used on Fort Bragg and Camp Mackall. The GV pole installation, materials, design, specification, and equipment (i.e. locks, switches, batteries, radios, amplifiers, solar panel, etc.) must be the same as currently in use on Fort Bragg. 1.2. The purpose of the GV system is to provide audible early warnings for the resident population of Fort Bragg housing areas following detection of hazards within 10 minutes of detection. The lack of properly functioning GV arrays will leave the community at risk of not being notified within the 10 minutes threshold of active shooters, weather emergencies, and chemical or biological attacks. 1.3. Ensuring a standardized, fully functioning GV system at Ft. Bragg will provide emergency alerts and ensure the safety of personnel at Pope Airfield. Brand name of Federal Signal equipment for this requirement is required. Federal Signal installed the current GV system used at Ft. Bragg. Federal Signal's software configuration is not compatible with other brand systems without the use of an inter-phase card that must be installed to the controllers by Federal Signal to ensure the system remains compatible and operable as one system. If another system is used in place of Federal Signal, the installation of the inter-phase card by Federal Signal creates additional cost as an additional requirement would be generated thus requiring an additional contract. Further, the lack of the inter-phase card will prohibit full testing of the system upon installation of the new arrays. Inter-phase cards costs vary based on what equipment need to be interfaced. Additionally, to ensure maximum operability, the government must be able to conduct testing of the GV speakers. Installing other than Federal Signal equipment would prevent the system from working or could cause a malfunction which would result in untimely emergency alerts. 1.2. The Government will use responses to this sources sought synopsis to make an appropriate acquisition strategy decision about soliciting this project as either a brand-name requirement or an unrestricted competition. 1.3. Award of a single contract consisting of a one year period of performance is anticipated. This is a new requirement, not a follow-on to an existing contract. 2. RESPONSE: 2.1. The following information is required in response to this SS/RFI: 2.1.1. Name of firm with address, phone, fax, e-mail address, and point of contact. Additionally, please provide your company's CAGE code. 2.1.2. State if your firm is a Small Business Administration (SBA) certified 8(a), Small Disadvantaged Business, HUBZone, SDVOSB, or WOSB firms relative to NAICS code 334290, quote mark Other Communications Equipment Manufacturing, quote mark which has a size standard of 750 employees. 2.1.3. Responses to this sources sought synopsis shall provide the following information: 2.1.3.1. Describe your firm's ability to meet identified Mandatory Government Requirements as identified above. 2.1.3.2. Identify whether your firm can perform the tasks using other than Federal Signal products and describe the process and price involved in patching into the existing system in such a way that there would be no impacts in testing, maintenance, or other operability. 2.1.3.4. Indicate whether your firm intends to submit a quote for this requirement. 2.2. If you can meet all of the requirements for this project, please respond to this sources sought synopsis by email to both aaron.b.martin12.civ@mail.mil and anne.m.talbot.civ@mail.mil with the following subject: Giant Voice Pope, [Company Name]. Responses must be received no later than noon Eastern Time, on 13 September 2013. It is requested that interested concerns submit to the email address identified above, a brief capabilities statement package (not to exceed 2 pages in length, single spaced, 11 point font minimum). 2.3. Additionally, if your company has any comments or concerns that you feel could improve this acquisition, please respond to the email addresses listed in paragraph 3.2, above. ***NOTE*** Any comments made in response to this RFI may be used in rewrites of the PWS which may released to the public in a solicitation. 3. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Please visit the FBO Website at www.fbo.gov for future contract opportunities. Firms responding to this sources sought announcement but failing to provide all of the required information requested will not be used to help the government make the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/82af7acb975421cc1951c8605062c3c6)
 
Place of Performance
Address: MICC Center - Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN03187075-W 20130915/130913235146-82af7acb975421cc1951c8605062c3c6 (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.