Virginia Bids > Bid Detail

Sources Sought - Automated Cellular Device Storage

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159272381739728
Posted Date: Oct 25, 2022
Due Date: Nov 9, 2022
Solicitation No: HDTRA123R0013
Source: https://sam.gov/opp/b730d45ff9...
Follow
Sources Sought - Automated Cellular Device Storage
Active
Contract Opportunity
Notice ID
HDTRA123R0013
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE THREAT REDUCTION AGENCY (DTRA)
Office
DEFENSE THREAT REDUCTION AGENCY
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 25, 2022 04:10 pm EDT
  • Original Response Date: Nov 09, 2022 04:30 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7125 - CABINETS, LOCKERS, BINS, AND SHELVING
  • NAICS Code:
    • 337215 - Showcase, Partition, Shelving, and Locker Manufacturing
  • Place of Performance:
    Reston , VA
    USA
Description

THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Cellular Device Storage Units/Lockers on a SOLE SOURCE basis, but is seeking additional vendors that may also be able to fulfill this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. All respondents must provide detailed specifications for their prospective unit which meet the Government’s requirement at a fair market price.





The proposed Firm Fixed Price contract will be a sole source to Snap-on AutoCrib, a division of IDSC Holdings LLC for two (2) automated cellular device storage units. The statutory authority for this non-competitive action will be 10 United States Code (U.S.C.) 3204, as implemented by FAR 6.302-1, Only One Responsible Source.





The Government is seeking to determine if there are any other companies that can provide automated cellular device storage units/lockers which meet their minimum required criteria. Minimum specifications for these units are as follows:





1. Standalone automated cabinet with digital interface capable to be programmed for use with pin, proximity card, or other HID enabled card (DTRA badge or CAC) assignment for individually assigned locking capability





2. Must be able to house a minimum of 300+ compartments





3. Must be able to fit within a 40"W x 85"H x 45"D footprint (ADA compliance restrictions).





4. Must be able to provide capability for electronic storage access for unassigned guests/visitors.





5. Must have uninterruptable power supply (UPS) included to allow access during power disruption.





6. Provide one (1) year of parts and manufacturer's warranty.





7. Check-in / Check-Out Software





8. Must be free-standing. Install locations are either glass walls, or no walls (open air).





9. Must NOT have WiFi or active LAN or must have capability to disable function if present.





Companies who believe they can provide a product that meets ALL of the above listed minimum specifications, shall include the below in their response:





1. Name of the firm, point of contact, phone number, email address, Unique Entity ID, CAGE code, identify business size (large business or a small business). If applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) within the corresponding NAICS code (337215 - Lockers (except refrigerated) manufacturing).





2. A detailed list of the specifications, to include pictures whenever possible, for their proposed unit.





3. Verification that, in addition to delivery of the units themselves, the vendor can provide the following: one (1) year HW/SW support, on-site installation (Reston, VA), and user training at the time of installation.





4. If applicable, identify any condition or action that may be unnecessarily restricting competition with respect to this acquisition. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





Responses, to include all supporting documentation, should be combined and submitted in one (1) email to the Contract Specialist of record for this requirement by/before November 9, 2022 at 1630 EST (Ft. Belvoir local time):



Sharon Lightfoot (Sharon.c.lightfoot.civ@mail.mil)



Contract Specialist



Defense Threat Reduction Agency





Only complete, timely and technically acceptable responses to this Sources Sought will be considered as support for a competitive requirement.





This notice does not constitute a Request for Quote (RFQ) or a promise to issue a RFQ in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited quotes in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry as required by FAR 5.2. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The NAICS code for this requirement is 337215 - Lockers (except refrigerated) manufacturing with a Size Standard of 500 employees.


Attachments/Links
Contact Information
Contracting Office Address
  • 8725 JOHN J KINGMAN RD
  • FORT BELVOIR , VA 22060-6201
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 25, 2022 04:10 pm EDTSources 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.

Start Free Trial Today >