SOURCES SOUGHT
56 -- Buoy Barrier System (BBS) for use along the southern border of the United States in a marine environment
- Notice Date
- 8/6/2020 7:44:43 AM
- Notice Type
- Sources Sought
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W50UW8-20-S-9000
- Response Due
- 8/19/2020 2:00:00 PM
- Archive Date
- 09/03/2020
- Point of Contact
- John Wysocki
- E-Mail Address
-
John.Wysocki@usace.army.mil
(John.Wysocki@usace.army.mil)
- Description
- This is a SOURCES SOUGHT announcement, a market survey for information only, to be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. � The U.S. Army Corps of Engineers � South Pacific Border District has been tasked to gather market research related to the procurement of a Buoy Barrier System (BBS). The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure adequate competition among the potential pool of responsible contractors. The Government is seeking: 1. A Buoy Barrier System (BBS) system for use along the southern border of the United States in a marine environment; � 2. The design must impede incursions via swimming, or via unassisted climb-over in water, yet be easily repaired in the event of breaches; 3.� The design shall mitigate the ability of swimmers to climb/jump onto the top of the buoy from the water or a boat and must include a component (such as an anti-dive mesh) that would impede incursions and/or breaching via underwater diving while minimizing debris build-up; 4.� The BBS must employ a design that can be modified to meet changing or evolving requirements for impeding crossings;� 5.� The system shall have easily exchangeable parts to optimize crossing impedance;� 6.� The system shall also have a level of impedance that allows operational units the ability to spot attempted breaches and withstand attempted breaches against any sophisticated equipment designed to breach such as barrier;� 7.� The system shall have an anchoring system that is rated to withstand up to 25 metric tons; 8.� BBS features will be configurable allowing adjustment for differing operational environments; 9.� Features can be added to the buoy exterior to add additional passive impedance; including technology to an enduring and sustainable terrain denial capability; 10.� Barrier will be capable of being deployed in a variety of water environments from static pools of water, to rivers, lakes and ocean. Interested vendors should indicate whether they are manufacturer or reseller/vendor for this product, as well as whether their product is commercially available. If there is a lead time required, indicate lead time that would be required to manufacture 5 miles of BBS. Small Businesses are reminded under FAR 52.219-14 Limitations on Subcontracting that they must perform at least 50% of the cost of manufacturing the supplies, not including the cost of materials.� 8(a) firms are reminded that they need to have a bonafide office in the local area from where the work is to be performed should the acquisition be set-aside for 8(a) program. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Firms� responses to this Synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, e-mail address, and CAGE/DUNS. 2.� Firm�s capability to manufacture a product meeting the minimum amount and requirements listed above.� 3.� Brief description and/or specifications of Buoy Barrier System the firm believes meets these requirements. � 4.� Examples of projects that have utilized the proposed Buoy Barrier System, if any 5.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, WOSB, EDWOSB, etc. 6.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable Interested Firm�s shall respond to this Sources Sought Synopsis no later than 19 August 2020, 2:00PM MST.� All interested firms must be registered in SAM to be eligible for award of Government contracts. �Please email responses to john.wysocki@usace.army.mil.� Firms responding to this sources sought synopsis who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5429141df31c4727b0b2641884f178d6/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05748670-F 20200808/200806230156 (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 |