This is a Sources Sought Notice in accordance with FAR Part 10, Market Research. There is no solicitation available at this time.
This sources sought is for planning purposes only, to assist in determining if this effort can be obtained competitively and/or as a total Small Business Set-Aside, and to gain knowledge of interest, capabilities, and qualifications of various interested business concerns. The Government will use this information to determine the best acquisition strategy for a potential procurement. The Government is interested in all socioeconomic contracting programs (i.e., 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned Small Business concerns). The Government requests that interested parties respond to this notice with capabilities and identify your small business status with respect to the identified NAICS code. If a solicitation is released, it will be synopsized and posted on the FedBizOpps website. It is the responsibility of the potential offerors to monitor that site for additional information pertaining to this requirement.
DESCRIPTION: The 366th Financial Acquisition Squadron at Mountain Home AFB, Idaho, is seeking potential sources interested in providing: The requirement is for an outdoor 2000 Watt/123 db omni directional giant voice stack which is capable of DTMF radio control (activation and diagnosis) utilizing Whelen Engineering proprietary software. This stack must be able to be addressed utilizing Whelen Engineering's addressing scheme so it can be grouped or ungrouped with other sirens in the current system, as needed. The sequencing and exact DTMF format is not published and is proprietary but this stack must be compatible with the E-969, E-1000 and E-2010 controller including all the advanced diagnostics available only in the new E-1000 controller using current firmware REV. G. The radio controller must be pre-tuned to 413.45 MHz with a CTSS 114.8 and have a power out of at least 5 watts. The stack must be powered by 110VAC, have the option of solar power and be mountable to a 55' spun concrete pole. The stack must contain pre-recorded tones and messages as follows:
Commands
00 CANCEL Terminates all siren activity.
01 WAIL Activates the Wail Tone.
02 ATTACK Activates the Attack Tone.
03 ALERT Activates the Alert Tone.
04 PUBLIC ADDRESS Enables the Public Address mode.
05 AIR HORN Activates the Air Horn Tone.
06 HI-LO Activates the Hi-Lo Tone.
07 WHOOP Activates the Whoop Tone.
08 NOON TEST Activates the Noon Test function.
15 SILENT TEST Initiates the Silent Test function.
49 MSG 1 National Anthem
50 MSG 2 Taps
51 MSG 3 Retreat
52 MSG 4 To the Colors
53 MSG 5 Reveille
54 MSG 6 Bugle Call
All tones/messages must be accessed by the same number of commands and the tones and messages must be exactly as they are on the other stacks to prevent confusion when activated with other stacks. The messages must be stored on a micro-SD card so changes can be made as needed using simple PC interface.
INFORMATION AND INSTRUCTIONS: It is desired respondents include the following information within their statement of capability packages. Capability packages should not exceed 2 single-sided pages in length:
a. Company Information: Your Company's name, address, point of contact with email address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), and business size. Your company must be registered in System for Award Management (SAM) to receive an award. To register, go to https://www.sam.gov.
b. A Statement of Capabilities demonstrating the skills, experience, knowledge, and capabilities necessary to perform the work specified within the summary of requirements outlined above. Please limit your relevant past performance to the past three (3) years and include the Contract Number(s) or Customer/Company Name.
c. Capability package responses must be sent via email to [email protected]. Oral communications ARE NOT acceptable in response to this notice.
Paper copies of this announcement will not be provided. Any information received will be used solely for the purpose of market research.
GOVERNMENT RESPONSIBILITY: This sources sought should not be construed as a commitment by the government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary. Please be advised that all submissions become government property and will not be returned. Questions on this notice must be submitted via email to the Contracting Officer, Monica H. Bardsley, at [email protected].