SOURCES SOUGHT
49 -- SHOTOVER SYSTEMS AUGMENTED REALITY MAPPING SYSTEM
- Notice Date
- 5/21/2021 11:32:52 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- OFFICE ACQUISITION MANAGEMENT SPRINGFIELD VA 22152 USA
- ZIP Code
- 22152
- Solicitation Number
- 15DDHQ21N00000003
- Response Due
- 6/4/2021 7:00:00 AM
- Archive Date
- 06/19/2021
- Point of Contact
- Nancy Costello, Phone: 5717763264, yokita davis, Phone: 5717763275
- E-Mail Address
-
nancy.a.costello@usdoj.gov, yokita.m.davis@usdoj.gov
(nancy.a.costello@usdoj.gov, yokita.m.davis@usdoj.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- REQUEST FOR INFORMATION (RFI) RFI 15DDHQ21N00000003 The United States Department of Justice (USDOJ)/Drug Enforcement Administration (DEA) requires brand name item, Shotover Systems Augmented Reality Mapping Systems (ARS), for DEA owned and operated aircraft.� The Shotover Systems ARS are presently being utilized in conjunction with DEA airborne imaging systems for observation and surveillance to support ground-based enforcement personnel with recorded video evidence. The Shotover Systems ARS is an advanced mapping system that offers a superior situational awareness. The ARS displays mission critical information such as street names, addresses, parcel data, business names and landmarks directly over live video. Some of the Salient Characteristics consist of the following: Dimensions, 7.25L x 5W x 1.875H inches and weighing no more than three lbs. Dzus rail mountable for panel mounting. Multiple 3.0 USB ports. High resolution aerial synthetic imagery. The ARS shall have multiple USB ports for transferring imager video to removable USB media. The ARS, shall possess a user friendly interface with touch screen capability.� The ARS shall provide a mission management system that will enhance situational awareness by overlaying street names, addresses, parcel data, business names and landmarks of importance directly over live video from the imager.� Some additional features consist of the following: Street and business names. High resolution aerial synthetic imagery. Digital Raster Mapping data to include but not limited to: U.S. State at one meter resolution imagery. Major metropolitan city at one foot resolution imagery. The entire U.S./Mexico border 50 miles wide (10 miles into Mexico and 40 miles into the U.S.) at one foot resolution imagery. This is a Sources Sought Notice, Request for Information (RFI). This is not a Request for Proposal (RFP) or Request for Quote (RFQ). This Notice in no way binds the Government to solicit or award a contract. �No solicitation exists at this time and proposals are not being requested or accepted with this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The information provided in this notice is subject to change and is not binding on the Government. Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI and all costs associated with responding will be solely at the interested party's expense. This RFI is being used as a Market Research tool for informational purposes and for preliminary planning purposes to identify potential sources that may possess the expertise, capabilities, and/or experience to perform the anticipated requirements.� Interested vendors should respond and affirmatively indicate if requirements can be met as specified on an all or none basis, either individually (by vendor) or through teaming with other vendors.� Please provide the following information: 1. Company name; mailing address; physical address; point of contact; telephone number; fax number; e-mail address; DUNS number; NAICS code; company business size (if small, indicate type); and if applicable:� GSA Federal Supply Schedule, SIN number, and GSA contract number. 2. A tailored capability statement between one and five (5) pages that addresses the particulars of the Salient Characteristics and other features with appropriate documentation that clearly supports the claims of capability. Prior Government contract work is not required for submitting a response under this RFI. Responding to this RFI is not a prerequisite for participation in any possible future competitive procurement for which a business is eligible to participate (if any is issued), but participation will assist the Government as to the extent of companies available for this procurement. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information submitted. Respondents will not individually be notified of the results of the Government assessments and should not anticipate feedback with regard to its submission. No proprietary, classified, confidential or sensitive information should be included in your response to this RFI. Responses will not be returned. All documentation shall become the property of the Government. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. The Government reserves the right to determine the method of acquisition and issuance of a possible solicitation based on the responses received for this notice. The Government's evaluation of the responses received will factor into the Government's determination whether any forthcoming solicitation will be conducted as unrestricted or sole source procurement. After a review of the responses received, a solicitation will be issued. Responses to this RFI will not be considered adequate responses in any resultant solicitation. Interested sources shall provide responses via email in softcopy form (electronically) in Microsoft Word compatible format on or before 10:00 AM ET (Eastern Time) June 4, 2021 to nancy.a.costello@usdoj.gov.� Fax submissions will not be accepted. Responses received after this date and time may not be considered in the Government's market research. ****************************************************
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3624f6654fcd422487ff2647778e703e/view)
- Place of Performance
- Address: Fort Worth, TX 76177, USA
- Zip Code: 76177
- Country: USA
- Zip Code: 76177
- Record
- SN06010298-F 20210523/210521230109 (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 |