MODIFICATION
H -- Electrical Testing and Quality Assurance
- Notice Date
- 11/7/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF14RSS07
- Response Due
- 11/18/2013
- Archive Date
- 1/6/2014
- Point of Contact
- Kent Bernard, 509-527-7205
- E-Mail Address
-
USACE District, Walla Walla
(kent.r.bernard@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- W912EF-14-R-SS07 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This notice is a market research tool used for planning purpose only to determine the availability and capability of small business sources prior to issuance of an RFP. The US Army Corps of Engineers (USACE), Walla Walla District is seeking to identify small business firms capable of performing tests on passive integrated transponders (PIT) tags from several manufactures. A PIT tag is classified as a sonar reading tag under the Standard Industrial Code #3812 and is subject to radio frequency licensing. The PIT tags being tested will be glass-encapsulated measuring approximately 12-12.5 mm long by 2.0-2.1 mm in diameter. The tag can be coded with one of 35 billion unique codes. All interested and capable contractors are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the sources sought evaluation. One of the main functions of this sources sought notice is to assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB) or Small Business set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis may be used to aid in establishing realistic, achievable small business subcontracting goals. An Indefinite Delivery-Indefinite Quantity (IDIQ) type contact is anticipated. The IDIQ work may be ordered on a Task Order, on a need basis. The order will specify the exact location and types of work to be accomplished. The anticipated contract award date for these services is early January 2014. The North American Industry Classification System (NAICS) code for this project will be 541380 and the associated small business size standard is $14,000,000. DESCRIPTION OF REQUIREMENT Overview of Work Required: The test must be performed by an independent group that will not be a potential supplier in the future. Potential supply venders will submit a quantity of 200 PIT tags that are 12mm long. A series of tests will be conducted to evaluate the physical and electrical performance of PIT tags that are submitted by other vendors. Physical Dimensions: The length, diameter, and weight of each tag will be measured to verify the tag is minimally obstructive to the fish. Electrical Properties Test: The resonant frequency, turn on voltage, modulation values and band width of each tag will be measured to evaluate whether the tags meet the minimum standard. Read Range Test: A series of read range tests will be conducted under different noise levels and tag orientation to measure a particular tag type's ability to perform in electorally environments. Proximity Tag Testing: A series of tag testing will be conducted to evaluate whether tags in close proximity of each other will occlude other tags from being read. If the candidate tags are too weak; studies using those tags will suffer due to the preponderance of the stronger production tags. If the candidate tags are too strong; studies using the current production tags may be at risk for missed interrogations. Durability Test: A drop test will be performed to test the durability of the tags since the tags are encapsulated in glass to protect the electrical components from water. The glass must be relatively sturdy and resist breakage to maintain the waterproof property. SUBMITTAL REQUIRMENTS Firms interested in this requirement should submit a statement of interest and capabilities that is no more than 10 pages in length, single-spaced, 12-point font minimum demonstrating ability to perform the requested services. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. The documentation shall address, as a minimum, the following: (1) STATEMENT OF INTEREST (a) Confirm that your company is interested and intends to submit a quote / bid / proposal when a solicitation is issued. (2) COMPANY PROFILE (a) Company name and address (b) Point of contact at the company including name, title, telephone number, fax number and e-mail addresses (c) Small Business designation/status if applicable, such as 8(a), HUBZone, SDVOSB, WOSB, SDB (d) DUNS number (e) CAGE code. (3) RELEVANT COMPANY and PERSONNEL EXPERIENCE (a) Describe the company's ability to mobilize to project locations within 24 hours after receipt of notice to proceed. (b) Describe the company's personnel, certifications, and equipment. (c) Experience of company as an electronic testing facility in performing efforts of similar value, size, and scope within the last three (3) years at USACE or other hydroelectric and / or navigational structures managed by the U.S. Government, State, County, City, or public or private utility company. (d) Experience of key personnel as an electronic testing facility in performing efforts of similar value, size, and scope within the last three (3) years at USACE or other hydroelectric and / or navigational structures managed by the U.S. Government, State, County, City, or public or private utility company. quote mark For items 3(c) and 3(d), include (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative Contract Officer's Name, Telephone Number and E-mail; (4) Contracting Officer's Technical Representative or Primary Point of Contact, telephone and email; (5) Indication of whether your firm acted as a prime or subcontractor, (6) Contract Period of Performance and Contract Value; and (7) Brief summary of work performed and how it relates to the technical services described herein. Responses are due no later than 11/18/2013. Submit your Capabilities Statement to the following: Kent Bernard @ Kent.R.Bernard@usace.army.mil and Gary Weir @ Gary.R.Weir@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF14RSS07/listing.html)
- Place of Performance
- Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
- Zip Code: 99362-1876
- Zip Code: 99362-1876
- Record
- SN03230061-W 20131109/131107234041-3d3991c317502f7d529fc9e1cfa8c357 (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 |