Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 29, 2017 FBO #5636
DOCUMENT

63 -- Mobile Skywatch Tower - Attachment

Notice Date
4/27/2017
 
Notice Type
Attachment
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101; WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D17N0997
 
Response Due
5/2/2017
 
Archive Date
7/31/2017
 
Point of Contact
Michael J Rosenthal
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE. The NCO 12, Great Lakes Acquisition Center, 115 S. 84th Street, Suite 101, Milwaukee, WI 53214, is performing market research. This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of potential vendors, including Small Business, Veteran-Owned Small Business (VOSB), and Service-Disabled Veteran-Own Small Business (SDVOSB) vendors relative to the North American Industry Classification System (NAICS) Code 332312. The CAPT James A Lovell Federal Health Care Center (FHCC) located in North Chicago, IL has a need for brand name or equal Mobile "Skywatch" Towers. This Mobile "Skywatch" Towers will provide observation of the grounds, diesel generator capable of supporting operating equipment for 6 days, able to be deployed anywhere. Specifications/salient characteristics: Must have: Recorded CCTV w/ programmable scan patterns Low light operational Dual axle towable trailer Heater & air conditioned, able to operate in extreme weather conditions Ethernet connectivity, external analytics compatible, H.264 and MPEG-4 IP output, 320 x 240 array format, 76,000 resolution 250,000 BCP lighting able to be aimed, mounted on tower cabins for use during limited visibility Totally self-sustained Hydraulic motion Heating and air conditioning Customized surveillance equipment integration Tinted windows Solar panel for increased energy output Control console with weatherproof switch panel Roof-mounted flood lights Two 110V GFI outlets One 12V outlet Fail safe hydraulic system with electric and manual ascent and descent controls Wind speed meter Generator/shore power options Eye level height over 25 feet All interested firms who can meet the requirements stated above should respond, in writing, INCLUDING ALL OF THE FOLLOWING: Company name. Address. Point of contact (name/title/telephone number/e-mail address). FSS Contract number, if applicable. DUNS number. Tax ID number. Indication of which business category (SDVOSB, VOSB, Small Business or Large Business) for which the organization qualifies. Are you providing a small business product? A capability statement that addresses the organizations qualifications and ability to provide the requirement depicted above. If an authorized distributor, a memo or correspondence which authorizes distributor to distribute the manufacturer s products If an authorized distributor, a statement explaining the added value provided with this purchase. Reference the product, facility and sources sought number on all correspondence regarding this announcement. TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED. This is not a Request for Proposal or an announcement of a solicitation and no solicitation package exists at this time. Your responses will be used solely for market research purposes of the Government. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. The applicable North American Industry Classification System (NAICS) Code for this requirement is 332312 and the small business size standard is 500 employees. Responses due are to be submitted by e-mail to Michael J Rosenthal at Michael.rosenthal@va.gov. The information requested must be received no later than 2:00 pm Central Standard Time on Tuesday, May 02, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D17N0997/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-17-N-0997 VA69D-17-N-0997.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3452001&FileName=VA69D-17-N-0997-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3452001&FileName=VA69D-17-N-0997-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Capt James A Lovell;Federal Health Care Center (FHCC);Building 138;North Chicago, IL
Zip Code: 60064-3048
 
Record
SN04487891-W 20170429/170427234742-2ff28a1611e71dcc674d36fd1b05a6ca (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.