SOURCES SOUGHT
70 -- 45th Operations Group Lab Enhancements (Palo Alto)
- Notice Date
- 3/31/2020 6:48:31 AM
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
- ZIP Code
- 32925-3237
- Solicitation Number
- FA2521-20-Q-B048
- Response Due
- 4/9/2020 1:00:00 PM
- Archive Date
- 04/24/2020
- Point of Contact
- Stephanie Hyde, Linda M Penuel, Phone: 3214947573
- E-Mail Address
-
stephanie.hyde.2@us.af.mil, linda.penuel@us.af.mil
(stephanie.hyde.2@us.af.mil, linda.penuel@us.af.mil)
- Description
- SOURCES SOUGHT:� THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL OR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!� This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.� The Request for Quotation (RFQ) number is FA2521-20-Q-B048 shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program.� The North American Industry Classification Systems (NAICS) Code proposed 511210.� The size standard for this proposed NAICS is $41.5M. The requirement is to provide the 45th Operations Group (45th OG) with faster capabilities.� The Combat Development Division has an innovation Lab with equipment that allows them to accomplish this is, but is limited.� This procurement study of supply equipment, display system, network management systems including authentication management and transceivers will demonstrate new capabilities to Wing and Non-Wing leadership in solving operator�s need for the Eastern Range. Quantity�� �MFR/MFR Part#�� �Description 4�� �PALO ALTO PAN-SFP-LX�Brand Name Only�� �PA 850 SFP TXCVR: �1 Gb Part Number: PAN-SFP-LX (site description: SFP form factor, LX 1Gb optical transceiver, 10Km reach, SMF, duplex LC, IEEE 802.3ab 1000BASE-LX compliant ) 4�� �PAN-SFP-PLUS-LR�Brand Name Only�� �PA 850 SFP TXCVR: �10 Gb Part Number: PAN-SFP-PLUS-LR (site description: SFP+ form factor, LR 10Gb optical transceiver, long reach 10Km, SMF, duplex LC, IEEE 802.3ae 10GBASE-LR compliant ) 1�� �IBM E046DLL-CDM�� �IBM SECURITY APPSCAN STANDARD FLOATING USER SINGLE INSTALL ANNUAL SW SUBSCRIPTION / AppScan Standard software with one Node-Locked License 3�� �LG -Electronics 86UU340C �� �4K LCD Display, for digital signage that incorporates media playback, 40K @ 60 Hz support, HDCP2.2 compliance, and commercial functionality into an affordable 86"" digital signage solution. Narrow logo free bezel, slim profile, and integrated OPS slot provide the ideal display solution for digital signage applications. 3�� �Peerless SR598�� �TV Stand with Mount 1�� �VITEC EZTVVWP-16�Brand Name Only�� �14 Slot Video Wall Processor. �Includes EZTV Sign Creator/Canvas Creator (listed below) 1�� �VITEC EZTV Sign Creator, EZTV Canvas Creator Brand Name Only�� �VWP Software included with VWP-16 6�� �VITEC VWP-I-2xIPTV-4K-128GB�Brand Name Only�� �dual IPTV 4K input card, supports 2 each 4K input video streams 3�� �VITEC VWP-O-1xHDMI�Brand Name Only�� �single HDMI output card, supports 1 each HDMI output 2�� �KRAMER CP-AOCH-50-C �� �Pro AV/IT 18Gb 4K Active Optical Plenum HDMI Cable 50ft 2�� �KRAMER CP-AOCH-33-C�� �Pro AV/IT 18Gb 4K Active Optical Plenum HDMI Cable 35ft 2�� �KRAMER CP-AOCH-25-C�� �Pro AV/IT 18Gb 4K Active Optical Plenum HDMI Cable 25ft 4�� �JidTech Hi2162-PTZ3X�� �IP/POE Dome Camera: �ceiling tile mounted dome cameras, powered by Ethernet switch over CAT 6 cable, we will fabricate CAT 6 cables 2�� �WINSTEAD W5721�� �WINSTEAD W5721 Single Operator Sight-Line Console includes 4 pole-mount monitor stands for adjustable monitor sight lines and versatility in process control rooms. 4�� �TRIPP LITE PS3612�� �TRIPP LITE AC Power Strip 7�� �LG ELECTRONICS 24MB35P-B�� �LG ELECTRONICS USA QEB 2020A LG/24MB35P-B: 24 CLASS IPS (23.8"" DIAGONAL), FULL HD, 1920 X 1080, 16:9, 250 CD/M2, DIGITAL PORT WITH 1 DVI AND D SUB, CONNECT TO DISPLAY PORT THROUGH ADAPTER, PIVOT, HEIGHT, SWIVEL AND TILT ADJUSTABLE STAND 2�� �LOGITECH MK120�� �Keyboard Mouse Combo What is the purpose of the item(s):� This system will be used by team members to demonstrate new capabilities to any/all interested parties including both Wing and AFSPC leadership. 45 CONS is interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. �Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. NOTE:� RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.� The Government will use this information in determining its small business set-aside decision.�� All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort.� Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. DISCLAIMER:� This Sources sought notice is�not a solicitation.��This notice is issued solely for information and planning purposes and does not constitute a solicitation.��All information received in response to this notice that is marked ""proprietary"" will be handled accordingly.��Responses to the sources sought notice will not be returned.��In accordance with FAR 15.201(e), responses to this notice are not offerors and cannot be accepted by the Government to form a binding contract.��Responders are solely responsible for all expenses associated with responding to this notice.� The Government does not guarantee any action beyond this notice.� The Government may not respond to questions posed in Industry responses. ATTENTION:� Although this is a Sources Sought notice only, interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or payment if the Government chooses to make an award.��Information on registration and annual confirmation requirements may be obtained via�http://www.beta.sam.gov� Please submit the information electronically in PDF format no later than Thursday, 9 April 2020, 4:00pm (EST) to Stephanie Hyde at stephanie.hyde.2@us.af.mil.� Telephone responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9afe87fbe7fb47198dbabfcadc934c02/view)
- Place of Performance
- Address: Patrick AFB, FL 32925, USA
- Zip Code: 32925
- Country: USA
- Zip Code: 32925
- Record
- SN05606410-F 20200402/200331230155 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |