Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SOURCES SOUGHT

67 -- Gyrocam

Notice Date
9/11/2012
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-R-0130
 
Archive Date
10/2/2012
 
Point of Contact
Lyndsey Jordan, Phone: 9375224638
 
E-Mail Address
lyndsey.jordan@wpafb.af.mil
(lyndsey.jordan@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis ; there is no solicitation available at this time. Requests for a solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources including small businesses and the following small business socio-economic categories; 8(a), HUBZone, Service-Disabled Veteran-Owned (SDVO), and Economically Disadvantaged Women-Owned (EDWO) that are capable of meeting the minimum requirements below of the Civil Engineering Directorate Explosive Ordnance Disposal (CED) at Wright-Patterson AFB, Ohio. Minimum Requirements: Extendable mast mounted camera capable of the following: • 2-axis stabilized multi-sensor • 360 degree continuous / +90 degree to -165 degree • THERMAL IMAGER • Two FOV 640x512 Array • 8-12 micron longwave uncooled • COLOR CAMERA • CMOS Sensor • 10:1 optical zoom lens • 4:1 digital zoom • Low light capability • Laser Pointer / Illuminator • Laser range finder • Capable of remote viewing via data streaming • Installation and training Gyrocam aids in performing Improvised Explosive Device (IED), Unexploded Ordnance (UXO), and other hazardous condition situational awareness assessments, remote reconnaissance, provides safe distance, and allows for on-scene-commanders to see what Explosive Ordnance Disposal (EOD) is doing in real time. The product must perform in all environments that EOD operates. This includes outside and over all terrain that the EOD response truck may go. This also consists of EOD operations which include all weather, hot, cold, rain, snow, sleet, wind, sun, and overcast conditions. The unit must be vehicle mounted on the EOD Base Support and Emergency Response Vehicle (BSERV) to support the EOD mission. The North American Industry Classification System (NAICS) code for this requirement is 334511. Search, Detection, Navigation, Guidance, Aeronautical, and Nautical Systems and Instrument Manufacturing with a 750 employee size standard. In response to this notice, offerors shall submit a capability statement consisting of evidence that the minimum requirements, as outlined above can be accomplished successfully by the offeror. Capability packages are not to exceed 15 pages. Advertising or marketing information is NOT appropriate. The responses to this synopsis will be used for a market survey analysis. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this sources sought request. Contractors who believe they can deliver the items listed in the minimum requirements shall submit one copy of their technical capabilities in writing to Lyndsey Jordan, AFLCMC/PKOBA, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309, or electronically to lyndsey.jordan@wpafb.af.mil. Personal visits to discuss this project will not be scheduled. Responses must be received not later than 1000AM Eastern, September 17, 2012. All documentation shall become the property of the Government. Firms responding must indicate the following information: Indicate the size of business in relation to the NAICS code assigned above. This synopsis does not constitute a Request for Quote, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-R-0130/listing.html)
 
Record
SN02877637-W 20120913/120912001508-7dce79310f8d2cd420235c95a8e28526 (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.