SOURCES SOUGHT
99 -- Sources sought for Foundation Controller for IKE Hall Rigging System
- Notice Date
- 4/4/2025 12:23:26 PM
- Notice Type
- Sources Sought
- Contracting Office
- W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD25Q162R
- Response Due
- 4/9/2025 8:30:00 AM
- Archive Date
- 04/24/2025
- Point of Contact
- Shawn Valastro
- E-Mail Address
-
shawn.m.valastro.civ@army.mil
(shawn.m.valastro.civ@army.mil)
- Description
- THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a Foundation Control System for a for use with IKE Hall rigging system at West Point NY. 1.0 General. Eisenhower Hall Theatre needs a replacement for the Foundations Controller 1.1 Introduction. SRI Rigging INC sells a Foundation Controller that when programmed gives IKE Hall Theatre staff the ability to control the rigging system. It is the Scalable control for hoist systems. Foundation is a powerful stage automation controller designed to be an intuitive tool for programming, building show files, and moving stage effects on complex rigging systems. Stage technicians used to working with lighting consoles will find Foundation's user interface familiar and accessible. 1.2 Background. The present controller was purchased in 2011 and has reached the end of life. Our backstage technicians are used to working with lighting consoles and will Foundation's user interface will be familiar and accessible. 1.3 Objectives. Replacement 1.4 Requirement: Vendor will supply the 8062A1000FDRC � Foundations Desk with Power Supply and a Plug in Station 8062B7015 FDRC-EXT-50 and Commission the equipment. Remove Existing Foundation Controller and black box. Install Foundation desk (station) with power supply and plug in. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC contract specialist, Shawn Valastro, at shawn.m.valastro.civ@army.mil, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6efd41811e144e6d8af637b4a836eaee/view)
- Place of Performance
- Address: West Point, NY 10996, USA
- Zip Code: 10996
- Country: USA
- Zip Code: 10996
- Record
- SN07398631-F 20250406/250404230054 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |