The Government's requirements are:
A multi layer Safety system with Safety Bypass system must provide redundant systems for all safeties, height sensors, positioning and memory to eliminate down time. The system must provide at least 8 fail-safe overrides to ensure continuous operation that are easily activated by the operator via micro-processor control system.
Automatic Height Sensor System must provide flexibility & minimal operator input to automatically adjust the shelf height based on the items in it.
Each container is stored automatically by the height required without any operator intervention.
All storage shelves are repositioned automatically placing most active items near the access while at the same time freeing up the maximum available space.
Four (4) Chain Supported Extractor provide the capability to load items on a shelf that are uneven and allow for safe movement and storage in the system preventing tilting or skewing due to heavy or uneven loads.
Provide inventory control features as a standalone unit and can be easily interfaced with external devices such as barcode reader, ID badge readers, and printer.
Individual username/password controlled access with the ability to define access to certain shelves.
Transaction logging providing data on the date, time, processing user, transaction type, quantity transacted and affected storage location of each pick or put-away process. Part number, Description and Minimum inventory level file download, saving the manual entry of information.
The proposed project will be a Firm-Fixed Priced contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of members of both the Small Business Community, to include Section 8(a), Historically Underutilized Business Zones (HUBZone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) and Large Business to compete for a Firm-Fixed Price contract to provide Military headsets and associated upgrade kits.
In addition to the above, responses to this synopsis shall include the approximate delivery time to provide the items. Also, include technical specifications for any product you propose to document evidence that the proposed item meets the above minimum requirements.
All submittals received will be reviewed for informational purposes. The type of solicitation to be issued will depend upon the responses to this sources sought synopsis. The Government must determine and ensure there is adequate competition among the potential pool of responsive contractors. Questions shall be submitted via email to MSgt Michael Demers, Contracting Contracting Officer at: [email protected].
Responses are requested by 16 August 2012 at 2:00 pm EST. Telephone responses and inquires will not be accepted.