Skip to main content

An official website of the United States government

You have 2 new alerts

Motion Capture System

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jan 31, 2023 02:04 pm EST
  • Original Response Date: Feb 10, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334310 - Audio and Video Equipment Manufacturing
  • Place of Performance:

Description

THIS IS A SOURCES SOUGHT NOTICE (SSN)/REQUEST FOR INFORMATION (RFI) AND
NOT A SOLICITATION OR AN INDICATION THAT A CONTRACTUAL COMMITMENT WILL
EXIST AS A RESULT OF THIS SSN.


This SSN is in support of market research and procurement planning being conducted by
the Naval Research Laboratory (NRL), Washington, DC. This announcement is not a
formal Request for Quotes (RFQ). This SSN/RFI is for informational and planning
purposes only and does not guarantee that an award will be made. Any quotes
submitted in response to this SSN/RFI are not quotes on which an order will be issued.
The Government assumes NO financial responsibility for any costs incurred. A
solicitation package is not available at this time. However, should such a requirement
materialize, no basis for claims against NRL shall arise as a result of a response to this
SSN/RFI or NRL’s use of such information either as part of our evaluation process or in
developing specifications or work statements for any subsequent requirement.


LOCATION: Contracting Office Address: NRL, 4555 Overlook Avenue, SW, Washington, DC 20375


OBJECTIVE: The intent of this SSN/RFI is to gauge industry interest and search for
potential sources capable of fulfilling a requirement for a Motion Capture System to be installed by the contractor at the Naval Research Laboratory (NRL), Washington, DC., meeting the technical requirements in the attached document

The SSN/RFI also intends to determine set-aside possibilities for qualified small businesses, veteran-owned small businesses, service-disabled veteran-owned
small businesses, HUBZone small businesses, small disadvantaged businesses, and
women-owned small businesses. The draft minimum technical requirements for the
effort are in the attached specifications. The NRL is currently in the planning stages for
this procurement and may continue to modify the language within the requirement, as
necessary. These specifications do not necessarily represent the final specifications.

REQUIRED CONTRACTOR RESPONSE FORMAT:

Interested parties, at a minimum, shall supply all of the below required information in a
Capability Statement. All requested information is required to determine path forward.


1. CONTACT INFORMATION:
a) Company Name and Address
b) Point of Contact for questions/clarification
c) Telephone Number and e-mail address
d) Unique Entity ID Number (do not use DUNS), CAGE Code, and business size
e) NAICS and PSC Code of the proposed solution (SEE https://psctool.us)

If you believe a better NAICS and/or PSC code is more appropriate, please indicate.

f) Business Size Standard /Socioeconomic Categories, i.e., small business, woman-owned, etc.

2. TECHNICAL INFORMATION: Please provide ALL of the following, or indicate not
applicable (N/A), if no questions or comments.

a) List of capabilities/resources relevant to the attached specifications.

b) Questions for the Technical team regarding changes/suggestions to the draft
Specification, to add clarity. (Questions will not receive a response but will be provided
to the technical team for consideration in preparing the final specification.)

c) Questions or comments regarding acceptance tests, found in Section & of the
specifications


d) Summary of commercial quality assurance measures.
 

3. COMMERCIALITY OF PROPOSED ITEM:


a) Would item(s) offered/proposed be considered a commercial item and customarily
used by the general public or nongovernment entities for the other than Government
purposes.


b) Has the item been sold, leased, or licensed to the general public, and if so, identify
one or more such sales, leases, or licenses to document the commerciality of the item.


c) Does the item meet any other sub-description (2 – 6) of commercial product, in FAR
Part 2? If yes, state which of the six definitions would fit your potential offering and how
that definition is applicable.


4. PRODUCT DESCRIPTION:

a) Provide a description of how the potentially proposed product will meet or exceed the
scope requirement, as it is anticipated that ultimate evaluation will be best values and a
go/no go basis.


b) In addition to 4a., ALSO, provide a product brochure and highlight the areas that meet
or exceed specifications. Providing a reference or a URL link is not acceptable. Only the
information provided in the five (5) page sources sought response will be reviewed.


5. PAST PERFORMANCE:
A list of contracts or delivery orders that are similar to that required under the attached
Specification.


6. MULTIPLE AWARD SCHEUDLE CONTRACT:


a) Indicate whether products and services are all available on a GSA contract, or similar
vehicle.

b) Provide applicable GSA or other contract number.


7. ADDITIONAL REQUIREMENT DETAILS:

a) Responses should be no more than 7 pages and shall address all required information.

b) If you have recommendations for additional information you believe should be included in the specifications or would be helpful in bidding on this requirement, please indicate here.

8. FAR PROVISION(S):
FAR 52.215-3 -- REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING
PURPOSES (OCT 1997)
(a) The Government does not intend to award a contract on the basis of this solicitation
or to otherwise pay for the information solicited except as an allowable cost under other
contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal
Acquisition Regulation.
(b) Although "proposal" and "offeror" are used in this Request for Information, your
response will be treated as information only. It shall not be used as a proposal.
(c) This solicitation is issued for the purpose of: market research and procurement
planning.
(End of Provision)

Contact Information

Contracting Office Address

  • 4555 OVERLOOK AVE SW
  • WASHINGTON , DC 20375-5328
  • USA

Primary Point of Contact

Secondary Point of Contact





History