Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
SOURCES SOUGHT

D -- Overhead Loudspeaker Paging System

Notice Date
3/30/2016
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
W91215-16-R-0007
 
Archive Date
4/30/2016
 
Point of Contact
Evaristo Donnie Parras, Phone: (757) 878-1854
 
E-Mail Address
evaristo.parrasfavela.ctr@mail.mil
(evaristo.parrasfavela.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) Overhead Loudspeaker Paging System 1.0 General Information The Aviation Integration Directorate is conducting market research in support of the installation of an overhead loudspeaker paging system to an office space facility. The Government requests information on cost-effective acquisition options which will consist of three primary requirements. 1. An indoor only overhead loudspeaker paging system to support an 8,700 square foot office space facility with compartmentalized areas. 2. Paging system should be one-way transmitting through up to twelve speakers with two speakers having a volume control box near the entrance of a room. 3. Access to the paging system must have the ability to be limited or restricted. The expected end result of this effort is the installation of an overhead loudspeaker paging system that transmits clearly throughout an office space facility. The Government is seeking a system that assists the organization in locating employees when not at their desk, increase safety and security, reduce call back times, as well as notifying all personnel in the building for a quick evacuation during an emergency. This RFI is the initiation of market research under Federal Acquisition Regulation (FAR), Part 10, and does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This announcement is for informational and planning purposes only and should not be construed as a commitment by the Government to procure such equipment. The Government does not intend to award a contract on the basis of this RFI or to pay for any information, or otherwise reimburse responders for any costs associated with their respective submissions in response to this RFI. All submissions will be treated as information only. Respondents will not be notified of the results of any review of this RFI; however, clarification of submissions may be requested by the Contracting Officer. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI or any subsequent issued RFP, if any. Responders are solely responsible for all expenses associated with responding to this inquiry. All products must comply with the Buy American Act and participation in this effort is strictly voluntary. 2.0 Proprietary Materials Protection This notice is part of Government Market Research, a continuous process for obtaining the latest information from industry with respect to their current and near-term abilities to support an acquisition. All information received in response to this RFI that is properly marked as "proprietary" will be handled accordingly. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. RFI responses which contain information that is marked as proprietary will be protected as proprietary information. Such information will be reviewed by a team comprised of Government as well as contractor personnel hired to provide technical assistance for the Government's preparation of an acquisition strategy. All members of the team will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligations to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. All contractor members are required to protect the information by the terms of their contracts. The Government will make a determination whether or not contractor personnel have organizational conflicts of interest that could adversely affect protection of the information. 3.0 RFI Response Responses to this RFI are requested by 4:00 p.m. E.T., 15 April 2016 and are not to exceed 20 pages in length including all appendices. Unclassified responses should be submitted electronically via the U.S. Army Aviation and Missile Research Development and Engineering Center (AMRDEC) Safe Access and File Exchange website (https://safe.amrdec.army.mil/safe/) in Microsoft Office format or as a portable document format (".pdf") file. Use the following distribution email address as prompted by the site: evaristo.parrasfavela.ctr@mail.mil. Responses from U.S. firms will be accepted to this RFI. Responses to questions from interested parties will be promptly answered and posted on this FedBizOpps (FBO) website, unless some release of proprietary information is involved or the answer addresses a question peculiar to a Company or that Company's response. Post submittal, one-on-one information sessions with respondents are not contemplated; however, they may be offered to responders to clarify the Government's understanding of their submittal, the capability ramifications, or to discuss their business approach. The point of contact for this RFI is: Evaristo Donnie Parras, AID Operations Manager Phone: (757) 878-1854 E-mail: evaristo.parrasfavela.ctr@mail.mil Verbal questions will NOT be accepted. Respondents are advised to submit questions via email to the above Government POC. All questions will be answered via posting answers to this FBO website; except as provided above. The Government reserves the right to not address questions received after 4:00 p.m. E.T., 15 April 2016. Disclaimer and Notice: This is NOT a solicitation for proposals, applications, proposal abstracts, or quotations. Per FAR clause 52.215-3, (a) the Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the FAR. (b) Responses will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of obtaining knowledge and information for project planning purposes only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6148e9a3557109c8da225cd9b032d6cb)
 
Place of Performance
Address: Fort Eustis, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN04067766-W 20160401/160330235021-6148e9a3557109c8da225cd9b032d6cb (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.