Inactive
Notice ID:140R2023Q0069
This is not a solicitation announcement. This is a Sources Sought notice to obtain market information and determine appropriate strategies to meet the Agency's requirements. This sources sought notice...
This is not a solicitation announcement. This is a Sources Sought notice to obtain market information and determine appropriate strategies to meet the Agency's requirements. This sources sought notice is issued solely for information and planning purposes, does not constitute a Request for Quote (RFQ), and in no way obligates the Government to award any contract. A draft of the Performance Work Statement is attached. The Bureau of Reclamation, Interior Region 10, California Great Basin, Division of Acquisitions, Supply and Services Branch, is seeking interested vendors who can provide acoustic telemetry equipment. Additional details regarding the efforts are provided in the below salient characteristics. This is a Brand Name or Equal purchase for the following transmitters: 1. Quantity: 450, JSATS Model: SS400, Battery Type: BR306, PRI: 5 2. Quantity: 450, JSATS Model: SS400, Battery Type: BR306, PRI: 5 3. Quantity: 950, JSATS Model: SS400, Battery Type: BR306, PRI: 3 4. Quantity Option 1: 0, Quantity Option 2: 310, Quantity Option 3: 610, JSATS Model: SS400, Battery Type: 379 - double battery injectable, PRI: 3 5. Quantity: 315, JSATS Model: SS300, Battery Type: 337, PRI: 7 6. Quantity: 600, JSATS Model: SS400, Battery Type: BR306, PRI: 7 7. Quantity: 200, JSATS Model: SS400, Battery Type: BR306, PRI: 5 Vendors proposing different equipment must show how it meets or exceeds the salient physical, functional, and performance characteristics of the item specified above. Supply model numbers and battery types that correlate with the brand name. The equipment will be delivered to Sacramento, California. This notice is to assist the Bureau of Reclamation in determining potential sources only. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. Reimbursement will not be made for any costs associated with providing information to this sources sought. All interested parties must respond to any subsequent solicitation notice published on www.sam.gov. Competition and set-aside decisions may be based on the results of this market research. Firms interested in being considered for these services should submit a capability statement and provide evidence in sufficient detail that demonstrates the respondent¿s ability to meet the stated requirements. Respondents should include previous experience of the same or similar scope, capability level (as a prime or subcontractor), personnel qualifications, and the firm¿s business size status and classification in their response (small business or other than small business, 8(a), HUBZONE, women owned, small disadvantaged business, veteran owned, etc.) Responses shall include the firm¿s Unique Entity Identifier (UEI). Firms shall identify their business size (small, other than small, etc.) in accordance with the size standard 1,250 employees for NAICS code 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System Instrument Manufacturing). Response due date: Wednesday, May 12, 2023, 1 p.m. Pacific Time Send responses to: Chelsea Tikotsky, ctikotsky@usbr.gov Thank you for your time and interest in this requirement.