SOURCES SOUGHT MARKET SURVEY FOR LONG RANGE ACOUSTIC DEVICES FOR FOREIGN MILITARY SALES

expired opportunity(Expired)
From: Federal Government(Federal)
W91CRB-RR-22-LRAD

Basic Details

started - 13 Oct, 2022 (18 months ago)

Start Date

13 Oct, 2022 (18 months ago)
due - 21 Oct, 2022 (18 months ago)

Due Date

21 Oct, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
W91CRB-RR-22-LRAD

Identifier

W91CRB-RR-22-LRAD
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (704749)DEPT OF THE ARMY (132504)AMC (72381)ACC (74740)ACC-CTRS (32774)ACC-APG (10669)W6QK ACC-APG (7656)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT MARKET SURVEY FOR LONG RANGE ACOUSTIC DEVICES FOR FOREIGN MILITARY SALESDESCRIPTIONSOURCES SOUGHT FOR LONG RANGE ACOUSTIC DEVICES TO JORDAN ARMED FORCES (JAF) FOR FOREIGN MILITARY SALES (FMS)INTRODUCTIONThe U.S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG) on behalf of the Communications-Electronics Command Security Assistance Management Directorate (CECOM SAMD) is issuing this Sources Sought Market Survey notice as a means of conducting market research to identify potential sources having an interest in, and industry technologies available to deliver the required equipment and performing the necessary services for the country of Jordan.    This sources sought/market survey is being issued to determine Price and Availability (P&A) from potential sources capable of fulfilling a Foreign Military Sales (FMS) requirement. The U.S. Government requests that interested parties submit a brief description of your company, your company’s ability to deliver the
required equipment and services, with a price and availability statement describing the Rough Order of Magnitude (ROM) cost, time to deliver, and rate of production. The results of this notice will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to the sources sought notice/market research, any resulting requirement may be set-aside for small businesses (in full or in part). Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.DISCLAIMERTHIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT/MARKET RESEARCH IS STRICTLY VOLUNTARY.REQUIRED CAPABILITIESThe purpose of this market research/sources sought is to identify interested sources that are certified and able to provide Long Range Acoustic Devices (LRAD) that meets the following characteristics/requirements:Provide following material with required ancillaries:LRAD 1950 XL (2)LRAD 450 XL (5)LRAD 950 RXL (4)LRAD-360XL-MID DUAL STACK (1)LRAD 1000 XL (2) with HD Camera and Maxa Beam KitLRAD 100X (3) with HD CameraPerform factory testing, inspection, validation and acceptance for each unit  A test plan/procedure (TPP) shall be submitted and may be developed based on existing documentation.A certificate of conformance (CoC) will be submitted for each successfully tested unit and an overall test report submitted upon final delivery covering all units detailing the test results.Provide technical documentation (i.e., operation/user manual, maintenance manual, etc.) describing how to operate and maintain the LRAD devices, sufficient for the Government and releasable to the JAF.Be capable of providing installation, configuration and integration services in support of the LRAD devices in the country of Jordan. Provide a twelve (12) month extended warranty to ensure any workmanship, equipment, hardware or software is covered for one (1) year from the acceptance date. Provide Outside Continental US (OCONUS) training for five (5) working days for ten (10) students covering the areas of LRAD operations and maintenance.Cover all recommended preventative and corrective maintenance actions, including troubleshooting, fault isolation and other anticipated corrective maintenance tasks.Cover operational concepts and fundamentals.Provide as an Option, Continental US (CONUS) training for five (5) working days for ten (10) students covering the areas of LRAD operations and maintenance.·       LRAD Operator Training for 5 working days in duration for 5 JAF trainees.·       LRAD Maintenance Training up to the 3rd maintenance level of maintenance for 5 working days in duration for 5 JAF trainees.·       Spare parts for the system ancillaries and technical spare parts.·       Test and inspection equipment’s (STTE and BII).Interested parties are responsible for adherence to all export regulations.  The Government will furnish equipment/property (GFE/P) for which the interested parties will utilize to perform the installation services as required, in the event of an award. SPECIAL REQUIREMENTSAny resulting contract is anticipated to have a security classification level of Unclassified. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.ELIGIBILITYThe applicable NAICS code for this requirement is 334310, “Audio and Video Equipment Manufacturing.”SUBMISSION DETAILSInterested businesses should submit a brief capabilities statement package (no more than 10, 8.5x11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Sources Sought/Market Survey should be in bullet format. No phone or email solicitations with regards to the status of a subsequent RFP will be accepted.Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Purchasing Agent, Andy Kelly, in either Microsoft Word or Portable Document Format (PDF), via email to Andrew.w.kelly.civ@army.mil, no later than 4:00 p.m. EST on 3 October 2022 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.If your organization has the potential capacity to provide the required products/systems, please provide the following information:Name of Organization, Company Cage Code, DUNS, Address, Point(s) of Contact with telephone number and email address;Size of Business (Small or Large) and any Small Business Status (8(a), HUB Zone, veteran-owned, women-owned, etc.);Please indicate which NAICS code(s) your company usually performs under          Government contracts for this type of requirement;Description of how the requirements of this notice will be performed, to include the ability to obtain the documentation (e.g., manuals, drawings, etc.) necessary to comply with the performance requirements (i.e., upgrade, training, import/export, etc.);Description of organizational organic capabilities that enable performance of the required upgrade efforts, with appropriate documentation supporting claims of organizational and staff capability. If subcontracting or teaming is necessary in order to deliver the capability, the response must address the administrative and management structure of such arrangements;Price and availability statement describing the Rough Order of Magnitude (ROM) cost, time to deliver, and rate of production;If applicable, indicate in which countries similar work has been performed, providing examples.All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

6515 INTEGRITY COURT  ABERDEEN PROVING GROU , MD 21005-5001  USALocation

Place Of Performance : 6515 INTEGRITY COURT ABERDEEN PROVING GROU , MD 21005-5001 USA

Country : United StatesState : Maryland

You may also like

Classification

naicsCode 334310Audio and Video Equipment Manufacturing
pscCode 5810COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS