Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOURCES SOUGHT

66 -- High Speed Optical Switches

Notice Date
4/1/2020 8:34:44 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-X-0AHB
 
Response Due
4/16/2020 12:00:00 PM
 
Archive Date
04/30/2020
 
Point of Contact
Lester Croft, Jason Kenlan
 
E-Mail Address
lester.c.croft.civ@mail.mil, jason.a.kenlan2.civ@mail.mil
(lester.c.croft.civ@mail.mil, jason.a.kenlan2.civ@mail.mil)
 
Description
The U.S. Army Contracting Command � New Jersey (CCNJ), on behalf of U.S. Army Combat Capabilities Development Command � Armaments Center (CCDC AC), Detonation Physics and Experimental Testing (DPET) Branch at Picatinny Arsenal, NJ, is conducting market research to determine the capability of businesses to provide a quantity of four (4) 1x4 bidirectional high speed optical switches with printed circuit board (PCB) controllers and all other associated components for operation of the switches (e.g. power cables, control software, and cabling). PROGRAM BACKGROUND: The bidirectional high speed optical switches must have a central wavelength of 1550nm to allow for the switching of optical signals in a precise, controllable, and repeatable manner.� In order to be controllable, these switches must have a control mechanism, or printed circuit board (PCB) controllers, to allow for adjustments to timing of any preprogrammed switching. The required optical switches and any associated components necessary for operation must meet the following criteria: Optical switches shall have an operating central wavelength of 1550nm. Optical switches shall have, at a maximum, 300 ns rise time. Optical switches shall utilize FC/APC connections. Optical switches shall be able to accept four (4) inputs and these inputs will have a single output. Optical switches shall use SMF-28 fiber. Optical switches shall be able to accept a minimum of 300 mW at 1550nm. Optical switches shall be controllable via a printed circuit board (PCB) controller with a 100 kHz repetition rate. � The applicable NAICS code for this requirement is 334516 with a Small Business Size Standard of 1,000 employees. The Product Service Code is 6650, Optical Instruments. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS: Each potential source is requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of the high speed optical switches. Firms shall also provide point of contact information, where available, for the efforts cited above.� In addition, please provide the firm�s name and address, point of contact with telephone number and email address, CAGE Code and DUNS number, and size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.). All data should be sent at no cost to the US Government by March 30, 2020 at 3PM Eastern Time. All submissions are requested to be made via electronic mail to both Points of Contact (POCs) for this action: Lester Croft, Contract Specialist, email: lester.c.croft.civ@mail.mil; and Jason Kenlan, Contracting Officer, email: jason.a.kenlan2.civ@mail.mil.� Phone inquiries WILL NOT be addressed; all requests should be submitted in writing via email. Respondents WILL NOT be notified of the results of the survey. This is a market survey for information only, and shall not be construed as a request for a proposal or as an obligation on the part of the US Government.� The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. DISCLAIMER: �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3b74312cbde845c583d3229e5f429ee1/view)
 
Place of Performance
Address: Picatinny Arsenal, NJ 07806, USA
Zip Code: 07806
Country: USA
 
Record
SN05607793-F 20200403/200401230148 (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  © 1994-2020, Loren Data Corp.