Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2017 FBO #5628
SOLICITATION NOTICE

67 -- MARKET SURVEY - CUSTOMS AND BORDER PROTECTION REMOTE VIDEO SURVEILLANCE SYSTEM – UPGRADE IR CAMERAS AND PAN/TILT ASSEMBLIES

Notice Date
4/19/2017
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
27116
 
Response Due
4/26/2017
 
Archive Date
4/26/2017
 
Point of Contact
Robert LaFollette, robert.lafollette@faa.gov, Phone: 405-954-7384
 
E-Mail Address
Click here to email Robert LaFollette
(robert.lafollette@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
TITLE: CUSTOMS AND BORDER PROTECTION REMOTE VIDEO SURVEILLANCE SYSTEM UPGRADE IR CAMERAS AND PAN/TILT ASSEMBLIES CONTACT: Rob LaFollette ORGANIZATION: AAQ-721 REGION: Aeronautical Center (AMC) PHONE NUMBER: 405-954-7384 E-MAIL: robert.lafollette@faa.gov DATE: 19 Apr 2017 EXPIRES: 26 Apr 2017 NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW. This is a market survey for infrared cameras and pan/tilt assemblies used in the Remote Video Surveillance System Upgrade (RVSS-U) in support of Customs and Border Protection (CBP) within the Department of Homeland Security (DHS). The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor s expense. At this time, the FAA intends to solicit and negotiate with General Dynamics Global Imaging Technologies on a single-source basis for the purchase of the needed equipment. The infrared cameras and pan/tilt units currently required are as follows: Part No.Model (QTY) 23486-1VZ-500 Thermal Imaging System HDCCTV(1 EA) 23438-1-C001VZ-500 Thermal Imaging System LRCCTV(3 EA) 23437-1-C001VZ-750 Thermal Imaging System LRCCTV(2 EA) 23489-1VZ-750 Thermal Imaging System HDCCTV(1 EA) 23512Z-500 Thermal Camera System(8 EA) 23443Z-750 Thermal Camera System(3 EA) 23437-303V8Vector 100 Pan/Tilt Assembly, White(4 EA) The purpose of this market survey is to solicit statements of interest and capabilities from all businesses that are interested in and capable of providing the required cameras and pan/tilt units. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the potential acquisition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The North American Industry Classification System (NAICS) codes and size standards for this effort: NAICSSize Standard 3342201,250 Employees The contractor will provide personnel and resources necessary to provide the required cameras and pan/tilt units. Interested firms are required to submit a copy of their SBA 8(a) certification letter, if applicable. The FAA requires the following (limited to 25 pages) from interested vendors: 1. Capability Statement - This document should identify: - Type of supplies and services provided by your firm - Size and type of supplies/services provided by previous contracts (elaborate and provide detailed information and past performance) - Number of years in business 2. Clearly state whether or not you can provide the required infrared cameras and pan/tilt units described above. 3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. All responses to this market survey must be received by 4:00 p.m. CDT, 26 Apr 2017. The FAA prefers that all submittals, including attachments, be submitted electronically to the following: Email: robert.lafollette@faa.gov If email is your method of submission, please include "MARKET SURVEY RESPONSE: CBP RVSS-U IR Cameras and Pan/Tilt Units in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. If you cannot respond electronically, please send two copies by the indicated deadline to: Mail: Federal Aviation Administration Aeronautical Center Acquisition Services Attn: Rob LaFollette, AAQ-721 MPB Room 313 6500 S. MacArthur Blvd. Oklahoma City, OK 73169 Fax: (405) 954-3111 Attn: Rob LaFollette Respondents are encouraged to review the attached documents and provide comments. If you are viewing this announcement through Fed Biz Ops (www.fbo.gov) the attachments may not be available/viewable to you. If so, please proceed to the FAA's Contract Opportunities Website at faaco.faa.gov to obtain the attachments. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/27116 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/27116/listing.html)
 
Record
SN04478180-W 20170421/170419235201-01eec4853e781e785d64a0175ba3c14e (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.