Illinois Bids > Bid Detail

Intent to Sole Source - Brandon Road Acoustic Speakers

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159790933510209
Posted Date: May 9, 2023
Due Date: May 16, 2023
Solicitation No: W912EK23XXXX
Source: https://sam.gov/opp/f0f5497b6d...
Follow
Intent to Sole Source - Brandon Road Acoustic Speakers
Active
Contract Opportunity
Notice ID
W912EK23XXXX
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST ROCK ISLAND
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 09, 2023 02:52 pm CDT
  • Original Response Date: May 16, 2023 12:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5965 - HEADSETS, HANDSETS, MICROPHONES AND SPEAKERS
  • NAICS Code:
    • 334310 - Audio and Video Equipment Manufacturing
  • Place of Performance:
    Rock Island , IL 61201
    USA
Description

Intent to Sole Source: The U.S. Army Corps of Engineers, Rock Island District, intends to procure 108 quantity Lubell LL 1424 HP, Underwater Acoustic Transducers for the Brandon Road Interbasin Project., on a sole source basis with Lubell Labs, Inc. in accordance with 41 United States Code 1901 as implemented in Federal Acquisition Regulation 13.501(a)(1)(ii), sole source (including brand name) under the authority of the simplified procedures for certain commercial items.



MVR requires transducers that meet certain design and performance specifications outlined below:




  • Must be an omnidirectional, piezoelectric underwater acoustic transducer design to meet military grade construction (both are required to meet casing and coating Mil-C-5541 specification)

  • Transducer can perform across frequency range (dB 1 re μPa @ 1 m).

  • Frequency range of 200 Hz to 8000 Hz.

  • Capable of producing over 180 dB 1 re μPa across the whole frequency range.

  • Capable of operating underwater between depths of 9 to 40 feet without compensation.

  • Transducers come with military grade, electric wet-mate connectors that allow user to make and break electrical connections both on the surface and underwater.

  • Transducer housing capable of withstanding harsh environments.

  • Transducer housing capable of withstanding corrosion.

  • Capable of operating continuous playback driven at 75-80 Vrms, 14 Amps for at least 2 weeks, 7 days a week, 24 hours a day.



The U.S. Army Corps of Engineers, Rock Island District, intends to enter into a firm, fixed-price contract with Lubell Labs, Inc. The NAICS Code for this procurement is 334310 with a Small Business Size Standard of 750 employees





THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES and no solicitation will be issued. However, any business firm that believes it can meet the requirement may give writing notification to the Contracting Officer in the form of a capability statement. Supporting evidence shall be in sufficient detail that demonstrates the ability to comply with the requirements listed, and must be furnished to the point of contact listed below by Tuesday, May 16, 2023 at 2:00 PM CDT.





A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.





The U.S. Army Corps of Engineers, Rock Island District, will not reimburse for any costs connected with supplying sufficient detail to demonstrate the ability to comply with the requirements listed. In order to receive a Government award, a firm must be registered in the System for Award Management (SAM) (https://sam.gov/). Firms must register on a one-time basis, and annually confirm accuracy and completeness of registration information.





Questions should be directed to Contract Specialist, Allison Longeville via email at Allison.a.johnson@usace.army.mil.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 1 ROCK ISLAND ARSENAL
  • ROCK ISLAND , IL 61299-5001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 09, 2023 02:52 pm CDTSpecial Notice (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 >