Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA448419QA022
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A SOURCES SOUGHT that will allow the Government to identify interested sources capable of meeting the requirement. The information sought here...
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A SOURCES SOUGHT that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the Sources Sought. The Government does not intend to award a contract on the basis of this Sources Sought, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. The Government is seeking to identify sources that are capable of providing vehicle load scales that meet the following specifications: a. Scale must use two fully electronic shear beam load cells. Mechanical or hydraulic load sensing devices are less reliable in out of level conditions and extreme temperatures. b. Scale must be 3" high to ensure inside tire of dual tire configuration is safely off the ground c. Scale must have integral ramps providing a slope of no more than 17 degrees to the platform to ensure military vehicles can properly drive on and off the scale. d. Scale must have at least 12x12 inch platform to ensure military tires properly contact the weighing surface. e. Scales must be capable of operating continuously from renewable energy as a primary means of power. As a secondary means of power, scales shall operate for up to 300 hours continuously on a full charge from 120/240VAC power sources when access to renewable energy sources is restricted. f. Scale must not weigh more than 37 lbs. Scales weighing more than this prevent one person from carrying two scales. g. Scale should have at least a 1 inch LCD digital display with optional backlight for accurate viewing from all angles in any lighting conditions. h. Scale must have the ability to wirelessly communicate via an encrypted signal with handheld barcode reader. Barcode reader will display axle weight, total weight and CB and interface that data with Military Load Planning Software and DACMS. i. Scale communication and physical characteristics must be interchangeable as they will be combined with those from different sets to weigh a wide variety of vehicles. Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material. Contractors interested in performing these services should be registered in the System for Award Management (www.sam.gov). Contractors responding to this Sources Sought are asked to provide the following information: company's full name and address, DUNS number, the applicable GSA contract # and SIN, applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUB Zone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute), address, and a point of contact. Please also advise the government of pending changes in the business size status. DUE DATE: If interested, please respond NLT 1600 (4:00 PM) hrs. Eastern Standard Time on 26 August 2019. This information will be submitted via email to: SSgt Joshua Butler at joshua.butler.11@us.af.mil, 87th Contracting Squadron, PKC, 2402 Vandenberg Ave, Joint Base McGuire-Dix-Lakehurst, NJ, 08641.