Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2020 SAM #6762
SOURCES SOUGHT

58 -- CASE CRACKER ONYX LITE 2 ROOM STANDARD

Notice Date
6/2/2020 6:22:36 AM
 
Notice Type
Sources Sought
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD-11491342
 
Response Due
6/5/2020 7:00:00 AM
 
Archive Date
06/20/2020
 
Point of Contact
Patricialee A Pomarico, Phone: 8459388176
 
E-Mail Address
patricialee.a.pomarico.civ@mail.mil
(patricialee.a.pomarico.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the�CASE CRACKER ONYX LITE 2 ROOM STANDARD, on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is:�334112-Computer Device Storage Manufacturer: Size Standard�1,250. A need is anticipated for the:�CASE CRACKER ONYX LITE 2 ROOM STANDARD - CaseCracker Onyx Lite Standard Systems are currently built and customized by Cardinal Peak with the appropriate video card, frame capture card, 2 TB hard drive, and other components that Cardinal Peak has qualified through an evaluation and testing process. The system maintains 30fps video recording with accurate audio and video synchronization. The system includes 1 IP Camera (Dome, Covert, or PTZ) for each room, and 1 Covert Digital Microphone for each room. The system allows simultaneous recording of multiple video and audio streams. The cameras and mics are time- synchronizedand the cameras have either 720p or 1080p resolution. A 3-year hardware warranty, and software license is included. The Onyx Lite 2 room system includes a 2TB hard drive. Designed specifically for recording and managing interviews, CaseCracker Slate is for agencies who require a standalone system for 1 to 4 rooms. Record, review, and export interviews from a shared workstation Purpose-built interface starts recording with a single click Export recording in open file formats Intuitive search makes it easy to find recordings Choose from standard definition covert or overt �cameras System supports connecting up to 2 rooms Turnkey system includes 3-year warranty In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type (s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement Stata Licenses is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8f80a88c20de4e4e8a50daa51c915cda/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN05678047-F 20200604/200602230213 (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 |
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.