Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2003 FBO #0746
SOURCES SOUGHT

23 -- Small Robotic Platform for Air Force (EOD)

Notice Date
12/11/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
Reference-Number-WMOK-04-001
 
Response Due
12/31/2003
 
Archive Date
1/15/2004
 
Point of Contact
Kurt Buchanan, Contract Specialist, Phone (850)882-4686 X 336, Fax (850)882-9381, - Chris Slayton, Contracting Officer, Phone (850)882-9514x3260, Fax (850)882-0877,
 
E-Mail Address
kurt.buchanan@eglin.af.mil, christopher.slayton@eglin.af.mil
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. AAC/WMO (Combat Support Systems) at Eglin AFB, Florida, is searching for GSA sources to provide Small Robotic Platforms to the Air Force Explosive Ordnance Disposal (EOD) community. The primary factors used in our technical evaluation for this application are 1) technical capabilities and employment, 2) logistical supportability and configuration management, 3) past performance, and 4) cost/price. The evaluation factor, logistical supportability and configuration management, is considered twice as important as all the other evaluation factors. There are several sub-factors that make up this category, three of which are critical to fulfilling the existing EOD requirement to the field and highlight the best value of the small robotic platform: 1) the required certification of integrated firing circuit by the Non-Nuclear Munitions Safety Board (NNMSB); 2) interoperability with existing EOD robot attachments; 3) interoperability with the Air Force EOD community?s established training program and concept of operations for existing small robotic platforms. Price/cost should represent purchase of a single item and include quantity discounts for all quantities greater than a single purchase (one item) up to as many as fifty (50) items per year. The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding on the Government. Updated information will be provided in future announcements and posted electronically on the Electronic Posting system (EPS) located at www.eps.gov as available. The North American Industry Classification System Code (NAICS) 336332 Other Motor Vehicle Electrical and Electronic Equipment Manufacturing applies. This synopsis is for informational and planning purposes and does not constitute a request for proposal and is not considered a commitment by the government. The government does not intend to award a contract on the basis of this notification or otherwise pay for any information or inquiry. Sources must demonstrate the ability to produce items in accordance with the specified system requirements. Interested and qualified sources are requested to provide the following information: (1) company name, point of contact, e-mail address, telephone and facsimile numbers, and type and business size, indicating whether you are small business of a disadvantaged business concern; (2) a list of your most relevant and recent DOD or commercial contracts (not to exceed five) to include names, points of contact, phone numbers, value and type of contract, period of performance, and brief description; (3) information telling us about your company and why you think you can perform this contract commensurate with the product described in this synopsis and system performance requirement. Respondents are asked to limit their submissions to ten pages or less. If determined to be in the best interest of the government, interested and qualified sources responding to this synopsis may be requested to provide follow-up information. In order to be considered in this market survey, responses are required no later than close of business 31 December 2003. Respondents capable of satisfying the requirement should respond (10 page limit) via e-mail (preferred) to Kurt.Buchanan@eglin.af.mil; by facsimile to 850-882-9381; or in writing to Attn: Kurt Buchanan, AAC/WMOK, 314 W. Choctawhatchee Ave., Eglin AFB, FL 32542-6861. Telephone responses are not acceptable. Additional information regarding this study, specifically a DRAFT copy of the System Performance Requirements, will be placed on FedBizOps for comment.
 
Record
SN00487959-W 20031213/031211212032 (fbodaily.com)
 
Source
FedBizOpps.gov 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.