Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N0024423Q0096
NAVSUP Fleet Logistics Center, San Diego (FLCSD) is conducting a market survey to determine industry capabilities. Firms having the capabilities to perform the tasking described in the attached Perfor...
NAVSUP Fleet Logistics Center, San Diego (FLCSD) is conducting a market survey to determine industry capabilities. Firms having the capabilities to perform the tasking described in the attached Performance Work Statement (PWS) are encouraged to respond. Determination by the Government on the method of competition for this requirement has not been established. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Any information submitted by respondents to this notice is strictly voluntary. The Government will not award any contract based on the information received from this Sources Sought Notice. NAVSUP FLCSD is interested only in identifying interested and capable businesses, and to stimulate industry awareness and gain feedback to improve the acquisition environment/ process. In order for the Government to make a determination, it is emphasized that contractors provide sufficient written information to indicate their capacity and capability to successfully meet the requirement. If interested, provide the following information: Business size category DUNS number and CAGE code; GSA Contract number, if applicable; Seaport-e contract number, if applicable Demonstrate your company's ability and capacity to provide required items; and include any past performance information on Government contracts of similar nature, size, scope and complexity. All interested parties should provide a Statement of Capability (no more than 10 pages). Electronic responses (i.e. email) are preferred and telephonic request for information will not be honored. No request for capability briefings will be honored as a result of this notice. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. The proposed North American Industry Classification Systems (NAICS) Code is 332510 which has a corresponding Size standard of 750. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all business sizes, to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and SBA certified Women-Owned small business concerns. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. The Matterport Pro3 Acceleration Kit Camera is a 3D- LiDAR camera designed to scan real physical locations in ultra-high definition for use in conjunction with the “Matterport 3D Showcase,” which is a commercially available online software subscription program that provides virtual three-dimensional model-building technology utilizing 360 degree photographic images to allow users to recreate accurate spatial representations of real locations, and to provide interactive photographic data for a variety of possible uses. The Matterport Pro3 camera utilizes LiDAR depth technology, class 1 laser (IAW IEC 60825-1:2014), 904nm wavelength, 360-degree horizontal/ 295-degree vertical field of view, with 100k points per second/1.5M points per scan depth resolution. It operates with a min/max 0.5-100m range, with a capture speed of greater than 20 sec/per scan. The camera can be operated remotely with an Apple or Android device utilizing the Matterport Capture App. REQUIREMENT: Matterport Pro3 Acceleration Kit 1EA. GOV+50, 12-month subscription commitment with 50 active spaces, 100 archived spaces, and 5 SSO/SAML-enabled users 1EA. Responses are due no later than stated due date to Janet L. Nunez, Purchasing Agent, via email to janet.nunez@navy.mil. Use “SOURCES SOUGHT NOTICE_ MATTERPORT” in the subject line.