Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2024 SAM #8114
SOURCES SOUGHT

99 -- HIGH SPEED CAMERA LIGHTING ARRAY

Notice Date
2/12/2024 2:16:22 PM
 
Notice Type
Sources Sought
 
NAICS
335139 —
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
AC-24-Array
 
Response Due
2/26/2024 1:00:00 PM
 
Archive Date
02/27/2024
 
Point of Contact
Kimberly Sites, Phone: 4059547755
 
E-Mail Address
Kimberly.sites@faa.gov
(Kimberly.sites@faa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Request for Interested and Capable Sources for�High Speed Camera Lighting Array General Information: The Federal Aviation Administration (FAA) Civil Aerospace Medical Institute (CAMI) Biodynamics Research team seeks to acquire this High-Speed Lighting Array to perform research on aircraft seats and restraints. CAMI seeks to purchase a modern High Speed Lighting Array to interface with existing high speed video capture system (2,000 frame per second), interface with existing crane system and planned crane improvements, as well as any training and annual maintenance needed. CAMI�s Biodynamics Research Team conducts research focused on improving occupant protection during civil aviation accidents. As part of this research, aircraft seats and restraint systems are evaluated using a dynamic impact sled and component test systems. The team develops new methods, techniques, and equipment for evaluating injury potential and methods to reduce injury and enhance survival. When conducting crash testing using the CAMI impact sled, a critical component to gathering data is the sled lighting system. Overall seat response and occupant interaction with the seat and restraint system is recorded using several high-speed, high-resolution video cameras; with new and novel seating systems being proposed in aircraft, a longer duration of video is required in order fully capture potential injuries. The system will be installed in the CAMI building�s �High Bay�; please see SOW Section 3.3 for High Bay specifications. All interested parties are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information.� Therefore, any costs associated with Market Survey/Request for Information submissions will be solely at the interested party�s expense. Response to this Market Survey: Any information provided under this market survey is for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. No evaluation of vendors will occur and vendor participation in any informational session is not a promise of future business with the FAA. All responses (one response per company) are to be provided on company letterhead.� No type font less than 12-point may be used.� Responses must be received no later than 3:30 P.M, Central Standard Time on February 26, 2024.� Capability Statement: Prime Contractor/Qualified vendors are invited to submit documentation evidencing the possession of the following capabilities: Company Information: Name and address of company Point of Contact (name, title, telephone number, and email address) Contractor Size Number of years in business NAICS Codes Capability Statement with detailed narrative that fully outlines and describes size and type of services provided by previous contracts (elaborate and provide detailed information and past performance) that will meet all the requirements as outlined in the SOW, and provide supporting information which fully supports the capability statements. Current Contracts (i.e., GSA Schedules, eFAST MOA, Blanket Purchase Agreements (BPAs), etc., currently in place or that will be placed. Respondents must be active in the System for Award Management (www.sam.gov). Attached is a draft Statement of Work (SOW). Respondents are encouraged to review the statement of work and provide comments. *** No phone calls please. *** The FAA prefers that all submittals, including attachments, be submitted electronically to the following email address: Kimberly.Sites@faa.gov Please submit in a portable document format (pdf); however, Microsoft Word is acceptable.� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/19391f0fd6da4e1ab7987a36d6cf634d/view)
 
Place of Performance
Address: Oklahoma City, OK 73169, USA
Zip Code: 73169
Country: USA
 
Record
SN06963640-F 20240214/240212230051 (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.