Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
SOURCES SOUGHT

63 -- MASS NOTIFICATION SYSTEM

Notice Date
5/19/2017
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Knox, Bldg 1109, Room 373, Fort Knox, Kentucky, 40121-5720, United States
 
ZIP Code
40121-5720
 
Solicitation Number
W9124D-17-Q-5445
 
Point of Contact
Richard J. Torres, Phone: 5026242281, Gloria R. Ritter, Phone: 5026245846
 
E-Mail Address
richard.j.torres.civ@mail.mil, gloria.r.ritter.civ@mail.mil
(richard.j.torres.civ@mail.mil, gloria.r.ritter.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently anticipates to award a contract for two mobile mass communications systems on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source is for a firm-fixed type contract to American Signal Corporation for two mobile siren systems with equipment/components that will tie into Fort Knox's current system, an American Signal Corporation Command and Control CSC960 and Compulert software. The equipment below is what is being requested and will be fully compatible with the current American Signal Corporation system in place on post. E-Class (4) Horn 1600 Watt Speaker with 24VDC Inc. 1600 Watt Control NEMA 4X Aluminum Painted, & 50 ft. cable FSK Format Card, for DC Electronic Sirens DTMF, Format Card Message Board, Electronic TK7180K-30 Watt Kenwood Radio VHF 150-70Mhz Kenwood 'Radio Interface, UHF/VHF MHz Antenna, VHF, 35' coax Omni-Directional Lightning Arrestor, VHF, PL-259 With 90 Deg Solar Array Panels and mounting bracket EC-1 - EC-4 E-Class,or i-FORCE units Kenwood Hand-held radio VHF 150-170 MHz AC gas Operated Electric Generator AC External Receptical for Plug-in Charging Assembled & Mounted on T-525 Trailer The statutory authority for the sole source procurement is statutory authority, 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements). This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 334290, 334220 and the Small Business Size Standard is $500,000,000.00. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ebd1478f0b09f5ec04294c834473e42d)
 
Place of Performance
Address: Training areas around Fort Knox, Kentucky, Ft. Knox, Kentucky, 40121, United States
Zip Code: 40121
 
Record
SN04516074-W 20170521/170519235225-ebd1478f0b09f5ec04294c834473e42d (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.