Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2019 SAM #6583
SOURCES SOUGHT

59 -- Ruggedized Managed Ethernet Switch

Notice Date
12/6/2019 6:16:35 AM
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-X-08WM
 
Response Due
12/23/2019 6:00:00 AM
 
Archive Date
01/07/2020
 
Point of Contact
Donald H. Gurry, Phone: 9737244267
 
E-Mail Address
donald.h.gurry.civ@mail.mil
(donald.h.gurry.civ@mail.mil)
 
Description
Ruggedized Managed Ethernet SwitchThe U.S. Army Contracting Command, New Jersey, in support of the Combat Capabilities Development Command (CCDC) Armament Center Automated Artillery Fire Control Systems Division (AFCS), Picatinny Arsenal, NJ is currently seeking sources for a ruggedized managed Ethernet switch.This Sources Sought Notice is for planning purposes only and shall not be construed as a solicitation or Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this Sources Sought. In preparation for a possible future procurement, ACC-NJ is performing this Sources Sought to explore a breakout strategy for this requirement. CCDC is interested in exploring the market capability to support this effort and determine if a competitive environment exists. The Statement of objectives identified under this Sources Sought is as follows:STATEMENT OF OBJECTIVES:The CCDC-AFCS is looking for a ruggedized managed Ethernet switch with minimum 20 ports of GigabitEthernet, and 2 ports of 10Gbe. It must be MIL-STD-810G compliant for temperature (-40 to +145F minimum), vibration, altitude, ingress and humidity. It must be MIL-STD-461F compliant for Electromagnetic interference (EMI) and electromagnetic compatibility (EMC). It must be MIL-STD-1275 compliant for input power.Interested parties shall submit a brief capability statement, demonstrating how they are capable of performing this requirement. Standard corporate brochures are not desired. The capability statement should include the following: company name, address, telephone number, email address, technical point of contract, DUNS number, Cage Code and company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business), and Technical description of ability to meet the requirement. This Sources Sought is for information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. If a formal solicitation is generated at a later date, a Request for Proposal (RFP) will be published. If a RFP is released, it will be synopsized on the Beta.SAM.Gov website. It is the responsibility of the potential offerors to monitor these websites for additional information pertaining to this requirement. The Government is not obligated to notify respondents of the results of this survey. All information submitted will be held in a confidential status. Information provided will not be returned. TELEPHONE INQUIRIES/SUBMISSIONS WILL NOT BE ACCEPTED. The Government will accept questions via email ONLY.The Army is not seeking, and will not accept, unsolicited proposals. Responders are advised that the U.S. Government is not responsible and will not pay for any information or administrative costs incurred in responding to this notice.All submissions are requested to be made within ten (10) calendar days from the date of this publication, via electronic mail to both Points of Contact (POCs) for this action: Donald Gurry, Contract Specialist, email: Donald.h.gurry.civ@mail.mil and Margaret Heyrich, Contracting Officer, email: margaret.a.heyrich.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ffa86d1bbf6a42f7b6275944d24b92a5/view)
 
Place of Performance
Address: 58410, NJ 07806, USA
Zip Code: 07806
Country: USA
 
Record
SN05511442-F 20191208/191206230253 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.