Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
SOURCES SOUGHT

N -- Speech Masking System

Notice Date
10/16/2018
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, AMIC DET 2, AMIC DET 2 OL/PKA, 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
 
ZIP Code
32925
 
Solicitation Number
FA702219Q0001
 
Point of Contact
Mary S. Nichols,
 
E-Mail Address
mary.nichols@us.af.mil
(mary.nichols@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Speech Masking System FA7022-19-Q-0001 SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! AFTAC has not made a commitment to procure any of the items discussed, and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. This sources sought is one element of our Market Research, and it will be used to help determine the acquisition approach. The North American Industry Classification Systems (NAICS) Code proposed 334290 " Other Communications Equipment Manufacturing ". The size standard for this NAICS is 750 employees. If the NAICS Code or Small Business size standard appears to be incorrect please suggest an alternative NAICS Code and Small Business size. Project Description: Air Force Technical Applications Center (AFTAC), located on Patrick Air Force Base, Florida has a current requirement for a Speech Masking System (SMS). The system is must be Tempest approved and meet the security requirements outlined in IC Tech Spec ‐ for ICD/ICS 705, Version 1.4, dated 28 Sept 17. The system install will be across multiple areas located in Buildings 10989 within the Patrick AFB installation. The specific security specifications required are listed below. The system required will use speech masking technology for audio protection and voice privacy applications. System Requirements: 1. Speech Masking System Processor. An advanced speech masking generator shall be installed incorporating a programmable speech masking source and modular digital amplifiers with volume control, and self-calibrating and self-testing emitter modules to allow all emitters to be volume-controlled for audio leveling within the installed areas. The unit will be capable of being centrally controlled through a windows based application and also locally controlled at the device. 2. Modular Digital Amplifier. The programmable digital amplifiers shall be used to increase speech privacy in a variety of environments by amplifying the sound masking source throughout multiple self-calibrating and self-testing emitter modules within a specific zone. The programmable digital amplifiers shall be 25 Watts or greater. Each amplifier channel shall adequately power medium to large sized zones. 3. Window Emitter Module. The window mounted emitter module shall be installed on a window glass or window frames. The low profile emitter shall be designed for quick and easy installation. The unit shall be designed to provide balanced sound distribution. 4. Testing. Contractor to test the entire system per ICD Tech Spec 705 version 1.4 for SCIF loudness and frequency range. All testing will be documented demonstrating suitable protection. Interested Parties: The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status, anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Installing technicians will be TS/SCI cleared and U.S citizens. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Capabilities Package. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Responses. Please submit your capabilities packages to Ms. M. Susan Nichols via e-mail at mary.nichols@us.af.mil. Responses must be submitted no later than 12:00 P.M. ET on November 6, 2018. No facsimile responses will be accepted. The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. All responses shall be submitted in Microsoft Word or ACROBAT readable format via email. Questions regarding this announcement shall be submitted in writing by e-mail to Ms. M. Susan Nichols via e-mail: mary.nichols@us.af.mil. Verbal questions will NOT be accepted. All questions will be answered via email. The Government does not guarantee that questions received after October 23, 2018 will be answered. Responses shall be limited to 5 pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. No classified information shall be submitted. It is the submitter's sole responsibility for e-file receipt and readability. OMBUDSMAN - AFFARS 5352.201-9101 (JUN 2016): •(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of the proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. •(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). •(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Aaron D. Judge, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764-4400, E-mail address: aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQAFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS)(Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. •(d) The ombudsman has no authority to render a decision that binds the agency. •(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquires shall be directed to the Contracting Officer. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ba89788243a78ecb2bd2dc56cab7841e)
 
Place of Performance
Address: 1020 South Patrick Drive, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN05126109-W 20181018/181016230651-ba89788243a78ecb2bd2dc56cab7841e (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  © 1994-2020, Loren Data Corp.