Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 24, 2015 FBO #4961
SOURCES SOUGHT

78 -- Automated Eccentric Overload System

Notice Date
6/22/2015
 
Notice Type
Sources Sought
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
W81JYM51260035
 
Archive Date
7/24/2015
 
Point of Contact
Antonio Woodson, Phone: 910-432-1119, C Scott Phelps, Phone: 9104326145
 
E-Mail Address
antonio.d.woodson@soc.mil, conway-phelps@soc.mil
(antonio.d.woodson@soc.mil, conway-phelps@soc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A SOURCES SOUGHT (Reference number W81KYM51260035) that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the Sources Sought. The Government does not intend to award a contract on the basis of this Sources Sought, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. The United States Army Special Operations Command (USASOC), on behalf of the THOR3 Program, is seeking to identify sources that are capable of providing an automated eccentric overload system for both strength training and injury rehabilitation. The system/item must meet the following specifications: • commercial grade system • measureable amount of lift assistance • should have at least 220lb counterweight force in 10lb increments • Digital High Memory capacity for up to 1000 users • ability to connect to any commercially available free weight power ract system with brackets (Keiser requested) • minimum of 1/8 inch nylon coated aircraft cable • at least a ¾ HP industrial grade electric motor, operates on 110v power supply, • linear contact sensors • system should be adaptable to fit selectorized weight training equipment with soft force homing that reduces wear and tear on the internal weight stack • omni directional top mounted pulley that allows 360 degree swivel for easy connection • computer logic program designed to operate based on the user's physical attributes • Physical dimensions compatible to 72"H (78"H w/pulley) x 14"W x 16" D plus or minus 5 % and weigh of less than 500 Ibs. Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material. Contractors interested in performing these services should be registered in the System for Award Management (www.sam.gov). Contractors responding to this Sources Sought are asked to provide the following information: company's full name and address, DUNS number, the applicable GSA contract # and SIN, applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute), address, and a point of contact. Please also advise the government of pending changes in the business size status. In addition, respondents shall provide average annual revenues for the past 3 years and number of employees; affiliate information: parent company, joint venture partners, potential teaming partners; and additional documentation such as company literature and brochures. Responses shall be submitted electronically via email to antonio.d.woodson@soc.mil. If an interested source is not able to contact the Contracting Office via email, information/correspondence/requests may be submitted to the point of contact cited above via facsimile, (910) 432-9345. All responses shall be submitted by 1:00 PM EST on 9 July 2015 and shall include reference number W81KYM51260035 in the subject line and submission documents. Failure to respond to this Sources Sought does not preclude participation in any future associated request for quotations that may be issued. Respondents will NOT be notified of the results. For information regarding this notice, contact SFC Antonio Woodson via email at the address above. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties' responsibility to ensure receipt of all e-mail and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-396-0552. Primary Point of Contact: SFC Antonio Woodson antonio.d.woodson@soc.mil Phone: 910-432-1119 Secondary Point of Contact: Scott Phelps Conway-phelps@soc.mil Phone: 910-432-8598 Contracting Office Address: ATTN: E-2929 Fort Bragg, North Carolina 28310
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/W81JYM51260035/listing.html)
 
Place of Performance
Address: Fort Bragg, NC 28310, Fayetteville, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN03771556-W 20150624/150622234917-4f04bee9666a6598e8a47b4e2f570390 (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.