Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2015 FBO #4836
SOURCES SOUGHT

66 -- Digitizer Controller

Notice Date
2/18/2015
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-15-Q-B038
 
Archive Date
3/19/2015
 
Point of Contact
Paul D. Gingrich, Phone: 321-494-5376, Cheryl T. Witt, Phone: 321-494-4394
 
E-Mail Address
paul.gingrich@us.af.mil, cheryl.witt@us.af.mil
(paul.gingrich@us.af.mil, cheryl.witt@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-15-Q-B038 shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 334519. The size standard for NAICS is 500 employees. The requirement is for Digitizers, Array/Network Controller, and AIM Authenticator Fortezza Card. Please see below for Science Horizons part numbers. 0001 1 CH Digitizer, 23900 PreAmp AIM24S-1 10 EA 0002 1 CH Digitizer, GS21 PreAmp AIM24S-1 8 EA 0003 1 CH Digitizer, GS13 PreAmp AIM24S-1 2 EA 0004 Array/Network Communications Controller, CIM III 4 EA 0005 AIM Authenticator W/PCMCIA Fortezza Card, AIMA-PC 10 EA Salient Characteristics: A) Digitizers: 24-bit analog-to-digital converter, an 18-bit calibration channel, a temperature-compensated VCXO phase-locked to GPS time, an EIA-232 configuration port, 256 FLASH EPROM, 512 KB SRAM (up to 8 MB SRAM in the AIM24S-3 model), and a user-configurable sample rate from 4 samples per second to 2560 samples per second. High-speed EIA-232 or EIA-422 interface supporting synchronous or asynchronous ADCCP communications. Designed for very low noise performance at low frequencies, for application with broad-band seismometers and to provide up to three input channels. Enclosed in rugged containers for placement in 4-inch diameter boreholes. B) The CIM 3: is the communications interface between the field station and the local command and control. Building on the success of the CIM 3, the next generation CIM 3 is more capable and flexible, with greatly improved size, power demands, and reliability. The CIM 3 provides multipoint and multidrop array control over standard radio modems, a more flexible TCP/IP connection that can be routed over longer distances, and a flexible network appliance using high-integration components with the power of the Linux Operating System. Important features of the CIM 3 include verification of remote commands, one diagnostic RS-232 port, and an Intel PXA (StrongArm) processor. The compact, multipurpose CIM 3 is the only COTS product that both satisfies current treaty monitoring requirements and provides a standard software development platform that will be able to What is the purpose of the item(s): To acquire data for seismic monitoring and the implementation of the advanced signal processing programs. Please provide the GSA contract number applicable to this requirement. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-15-Q-B038,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843. RESPONSES ARE DUE NO LATER THAN 04 Mar 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B038/listing.html)
 
Place of Performance
Address: Patrick AFB FL, 32925, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03644907-W 20150220/150218234950-a7f241807d42e00961567d35577ce413 (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.