Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2015 FBO #4968
SOURCES SOUGHT

A -- LightGuard Mercury Conversion for Stand-Alone Operation

Notice Date
6/29/2015
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-15-X-9708
 
Response Due
7/14/2015
 
Archive Date
8/28/2015
 
Point of Contact
Rebecca Markell, 973-724-3181
 
E-Mail Address
ACC - New Jersey
(rebecca.l.markell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement (Market Survey) W15QKN-15-X-9708 15 Days The U.S. Army Contracting Command - New Jersey (ACC-NJ), on behalf of the U.S. Army Product Manager Counter Explosive Hazards (PM CEH), is seeking potential sources with the capability to re-design and develop the LightGuard Mercury (LGHg) system for a standalone, dismounted operation. The LGHg is currently operated as a vehicle mounted explosive detection sensor system that provides standoff detection of explosive and chemical residue on surfaces, including people and vehicles. Potential Sources should display how they are capable to re-design up to five (5) Government Owned LGHg systems to allow for adaptable operation based user needs. Potential Sources should reflect in their response the capability to support the LGHg standalone dismounted configuration, which includes but is not limited to the following: Hardware: - Have the capability to modify current LGHg subcomponents to be compatible for dismounted standalone configuration powered by a generator source or shore power - Have the capability to modify current LGHg cabling to be configured in a dismounted configuration - Have the capability to modify maintain a backward compatibility for current vehicle mounted configuration. Software: - Have the capability to update current LGHg software, as necessary, to maintain performance in accordance with the LGHg System Requirements Document in both vehicle mounted and dismounted modes. Test Support - Have the capability to provide support during government test events for technical troubleshooting of issues involving LGHg hardware/software. The North American Industry Classification (NAICS) Code for this market research is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. All responses shall be prepared in MS Word or PDF format, limited to ten (10) pages (test results may be included as attachments). Responses shall also include a cover letter (not included in the page count), and, at a minimum, address the following: 1. Provide sufficient information to support the company's claim that it presently has the capability, technology, qualifications, personnel, and capabilities to conduct the necessary Research & Development and tasks related to the LGHg Dismounted requirement. The response shall indicate how the interested party (ies) have achieved a level of technical maturity such that they are capable of meeting the above requirements and successfully performing the system. 2. Provide a description of facilities/equipment, manufacturing processes, inspection capability, personnel, past experience, Research & Development capabilities, quality control process, and current production capabilities. 3. Provide a delivery schedule along with key activities to support delivery of a functional system by 365 days from contract award. 4. Provide a point of contact for your Company which will include: the corporate point of contact's name, address, website (if available), phone number, and email address. 5. Identification of business size (and any socio-economic considerations), NAICS code, CAGE code, and DUNS number. 6. Provide history of similar services that your company has provided to other Government agencies or other non-government customers. This information should include project name, contract number, and a point of contact. 7. Respondents shall identify any subcontractors that may be utilized in the Research & Development or any production required of the LGHg Dismounted Standalone effort. Identify the approximate delivery of each item after award. This market survey is for information and planning purposes only and does not constitute a Request for Proposal (RFP) or as an obligation on the part of the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of the market survey. The Government is not obligated to notify respondents of the results of this survey. Any documentation provided will not be returned. Interested sources should submit requested information no later than 1700 hrs. EST on 14 July 2014. Email submittals must be restricted to a maximum file size of 8MB and should be in MS Word or PDF format. In the event that the email submission is larger than 8MB, separate into multiple emails. Responses should be submitted by email to: Rebecca.l.markell.civ@mail.mil. Interested sources may also submit their response to US Army Contracting Command, Picatinny Arsenal, New Jersey, ATTN Rebecca L. Markell, Building 10, Picatinny Arsenal, New Jersey 07806-5000. Telephone responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e711ea5d0030f1a75f6d69054bd01cd9)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03780220-W 20150701/150629235507-e711ea5d0030f1a75f6d69054bd01cd9 (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.