Thermal Imaging System/ FLIR
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159853563202447 |
Posted Date: | Jan 19, 2023 |
Due Date: | Jan 26, 2023 |
Solicitation No: | F1D1043009A002 |
Source: | https://sam.gov/opp/74a60cf409... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jan 19, 2023 03:22 pm EST
- Original Response Date: Jan 26, 2023 05:00 pm EST
- Inactive Policy: Manual
- Original Inactive Date: Jan 30, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 5855 - NIGHT VISION EQUIPMENT, EMITTED AND REFLECTED RADIATION
-
NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
-
Place of Performance:
Andrews AFB , MD 20762USA
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
Andrews Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 334511. The size standard is 1,250 employees.
The purpose of this procurement is to acquire (2) binocular-style Thermal Imaging Systems for use in aerial Search and Rescue Operations with the following minimum capabilities:
VIEWING RANGE: Clear Image up to 1.5NM slant range
IMAGE STABILITY: Real Time/No Latency Image viewing
IMAGE QUALITY: 640 X 480 MWIR
MAGNIFICATION: Minimum 4X required
LASER POINTER: Visible-beam laser pointer with effective range of no less than 1.5 nautical miles
RANGE FINDER: Range-finding capability no less than 3 nautical miles, with a strong preference for eyesafe laser
PORTABILITY: not to exceed 10 pounds
BATTERY LIFE: 1.5 hours operating time per battery with one spare battery available
Reponses to this Sources Sought request should reference "Thermal Imaging Systems/ FLIR" and shall include the following information in this format:
1. Company name, address, point of contact name, phone number, fax number and email address.
2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable.
3. Size of business – Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercial and Government Entity, and Reps/Certs.
4. Capability statement displaying the contractor’s ability to provide the products or services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this Sources Sought.
5. The Government is still determining the acquisition strategy. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.
If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.
NOTE: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
All responses to this notice are to be submitted by 05:00 PM Eastern Standard Time, on 26 January 2023. Responses will be accepted via electronic means only to marchie.winebrenner@us.af.mil.
- CP 240 612 5676 1349 LUTMAN DR
- JB ANDREWS , MD 20762-7001
- USA
- Marchie Winebrenner
- marchie.winebrenner@us.af.mil
- Phone Number 2406123977
- Jan 19, 2023 03:22 pm ESTSources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.