SOURCES SOUGHT
N -- Electric Vehicle Barrier System
- Notice Date
- 3/9/2016
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
- ZIP Code
- 94103-1398
- Solicitation Number
- W912P7-16-S-0004
- Archive Date
- 4/23/2016
- Point of Contact
- Roberto L. Escobedo, Phone: 4155036949, Shirley A. Turnbo, Phone: 415-503-6987
- E-Mail Address
-
Roberto.L.Escobedo@usace.army.mil, shirley.a.turnbo@usace.army.mil
(Roberto.L.Escobedo@usace.army.mil, shirley.a.turnbo@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Market research is being conducted to determine if there are a reasonable number of interested businesses that can meet the requirements proposed below. If your firm is capable of meeting the requested requirements and you are interested in this project please respond appropriately, negative responses are also encouraged. This is NOT a Request for Proposal and does not constitute any commitment by the Government. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any information requests. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market research. The proposed project is for the following: a. Provide and install a retractable bollard system at the publicly accessibly boat ramps at Lake Sonoma and Lake Mendocino. The system shall act as a physical barrier to prevent vessels from launching at Lake Sonoma and Lake Mendocino, (4 separate location) during restricted vessel launching hours at these Corps owned facilities. b. The speed of operation for the bollards shall be between 3 and 8 seconds when operating at normal ambient temperature. The system shall have an Emergency Fast Operation of 1.5 seconds. c. The system provided shall have a crash rating certification of 15,000 lbs |at 50mph. d. The motor on the retractable bollard system shall include a servo electromechanical actuator with self-lubricating and self-braking system. e. The bollard system shall include a battery-back up system. The system shall provide options to be operated manually with a drill or hand tools. f. The barrier system shall not act as an impediment to traffic when in the ‘down' position. It shall sit flush with the roadway and will not damage, snowplows, sweeping machines, etc. g. The barrier system shall include a 2 year electrical and parts warranty when installed by a trained contractor. h. The bollard system shall provide options for the operating requirements in that the control and logic modules shall be able to interface with remote controls, buried detectors, card readers, or a combination thereof. i. The bollard system shall be capable of being installed using an excavation depth not exceeding 60". j. The barrier system the all be corrosion resistant by coating or galvanization. k. The barrier system shall extend in the up position no less than 36" l. The barrier system shall have blinking or strobe-effect red lights while up to prevent vehicle collision. m. The barrier system shall be tamper proof. The contractor will be responsible for the delivery and installation, system certification, and end user training for up to two (2) government employees at each park. Submission Requirements: 1) Firm's name, address, point of contact, phone number, and email address. 2) Firm's Business Size 3) Firm's capability to perform a contract of this magnitude and complexity (comparable work performed within the last three years: Brief description, customer satisfaction, and dollar value of project) Provide at least three examples 4) Retractable bollard system specification
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-16-S-0004/listing.html)
- Place of Performance
- Address: Lake Mendocino and Lake Sonoma, Ukiah, California, 95482, United States
- Zip Code: 95482
- Zip Code: 95482
- Record
- SN04044222-W 20160311/160309235057-e31b980bf70dd6f65679d873ba2eee0e (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 |