SOURCES SOUGHT
58 -- Mobile Wide-Area Intrusion Detection/Radar System
- Notice Date
- 5/29/2015
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- SSJBSAR20150529
- Archive Date
- 6/27/2015
- Point of Contact
- MARCUS J REEDOM, Phone: 2106528427, Richard K. Bush, Phone: 2106528846
- E-Mail Address
-
marcus.reedom.2@us.af.mil, richard.bush.3@us.af.mil
(marcus.reedom.2@us.af.mil, richard.bush.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The JBSA-Randolph Contracting Squadron, 502 CONS/JBKCA, is contemplating the acquisition of a mobile wide-area intrusion detection/radar system mounted on a trailer. The requirement includes the trailer that houses a Thermal/ Closed-circuit television (CCTV) matched to radar detection system to include self-contained power generation (Battery, Solar, Generator (gas) or any combination). The North American Standard Industry Classification System (NAICS) code anticipated for this acquisition is 334290 - Other Communications Equipment Manufacturing, the small business size standard is 750 employees, and the Federal Supply Class Code 5855 - Night Vision Equipment, Emitted and Reflected Radiation. Based on responses to this sources south, this requirement may be set aside for Small Business or procured through Full and Open competition. The system shall be a mobile wide-area intrusion detection/radar system mounted on a trailer. The weight of the trailer, including all power production and intrusion detection/radar equipment, shall not exceed 1,500 lbs. The hitch type shall be a standard 1.25" receiver. The mobility mechanism of the trailer shall be equivalent to that of an All-Terrain Vehicle. The approximate dimensions of the trailer shall be 96"L x 45" W. The system shall fully integrate with Government Furnished Equipment (GFE) FLIR R2 (STS-1400) Radar. The Government contemplates providing the GFE prior to manufacturing of the final system. The system shall have Thermal/CCTV equipment matched to the GFE radar detection range of a minimum of 700 meters. The radar and camera must be securely mounted to a trailer. The manufactured system shall be turn-key operation. The system will have FCC and DoD approved wireless mesh communications. The manufactured system shall have its own power package (Battery, Solar, Generator (gas) or any combination) capable of powering the radar for 8-12 hours. The system shall be utilized in a stand-a-lone configuration and without Local Area Network (LAN) support. Awards that may result from this market research shall be delivered to JBSA-Randolph, TX. THIS IS NOT A SOLICITATION FOR PROPOSALS OR QUOTES; therefore, in accordance with FAR 15.201(c) any responses to this inquiry will not constitute nor will be considered as contractor offers, and no contract will be awarded as a result of this inquiry. This information will be used by the 502 CONS/JBKCA for market research purposes, only, and the submitted information will not be returned. Submitted information will be protected in accordance with DoDD 5400.11, Department of Defense Privacy Program, and DoD 5400.11-R, Department of Defense Privacy Program, and no feedback will be provided regarding submissions or the total number of submissions received. Responders are solely responsible for all expenses associated with responding to this request for information, as the government is not liable for any costs incurred by interested parties in responding to this request. The purpose of this sources sought notice is to query the market for potential interested, capable, responsible, and qualified commercial small business offerers that may perform the stated requirement. The government is interested in collecting market data/information in accordance with Federal Acquisition Regulation (FAR) Part 10, from potential sources that have the capability to manufacture and/or produce a mobile wide-area intrusion detection/radar system mounted on a trailer. Interested and/or potential small business offerers are requested and encouraged to submit responses to the attached document, Market Survey/Questionnaire, to Marcus J. Reedom at email at marcus.reedom.2@us.af.mil. Interested sources should submit their responses not later than 3:00 p.m. central standard time (CST) on 12 June 2015. **Any questions resulting this sources sought notification shall be sent NLT 11:59 AM/CST on 10 June 2015 and shall be sent to marcus.reedom.2@us.af.mil** Responses may also be mailed to 502 CONS/JBKCA, ATTN: Marcus J. Reedom, 395 B Street West, Suite 2, JBSA-Randolph AFB, TX 78150-4525. If you have questions please contact Marcus J. Reedom at 210-652-8427. SOURCES SOUGHT FOR A MOBILE WIDE-AREA INTRUSION DETECTION/RADAR SYSTEM MOUNTED ON A TRAILER MARKET SURVEY/QUESTIONNAIRE Name of point of contact: ____________________________ Phone number: ___________________________________ Email address: ____________________________________ 1. Has your company manufactured a mobile wide-area intrusion detection/radar system mounted on a trailer within the last 5 years? 2. Do you have the capability of integrating a Government Furnished Equipment (GFE) FLIR R2 (STS-1400) Radar into a mobile wide-area intrusion detection/radar system mounted on a trailer? 3. Would the Government be required to deliver the GFE FLIR R2 (STS-1400) Radar to your business location to fabricate the system or if can it be configured in advance for the Government to self-mount upon receipt? 4. What is your production lead time and/or delivery to manufacture and fully integrate a mobile wide-area intrusion detection/radar system mounted on a trailer? _________________ 5. Is your company a small business as defined by the Small Business Administration? If YES, what is your small business certification(s) and NAICS Code(s)? 6. Do you propose a North American Standard Industry Classification System (NAICS) code other than 334290? 7. Would you be interested in submitting a proposal in response to a request for proposal during the contemplated solicitation phase of this acquisition? YES NO Optional Information: SAMS Registered? YES NO CAGE CODE: ______________________ DUNS NUMBER: ____________________ Contracting Office Address: 395 B Street West, Suite 2, Bldg 224 JBSA-Randolph, TX 78150-4525 United States Place of Performance: JBSA Randolph, Texas 78236 United States Primary Point of Contact: MARCUS J REEDOM marcus.reedom.2@us.af.mil Phone: 210-652-8427 Contracting Officer: Richard K. Bush richard.bush.3@us.af.mil Phone: 210-652-8846
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/SSJBSAR20150529/listing.html)
- Place of Performance
- Address: JBSA-Randolph, TX, JBSA-Randolph, Texas, 78150, United States
- Zip Code: 78150
- Zip Code: 78150
- Record
- SN03746771-W 20150531/150529234849-27c0ea6e253dce6052ae4733d05a3330 (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 |