Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2010 FBO #3308
SOURCES SOUGHT

J -- Repairs and Refurbishments of Government-owned equipment

Notice Date
12/13/2010
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M-FY11-RFI-RRSENSORS
 
Response Due
12/28/2010
 
Archive Date
2/26/2011
 
Point of Contact
Neisha M. Mendiola, 2569555904
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(neisha.m.mendiola@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. This is not a request-for-proposal nor will technical capability statements be considered as a proposal. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested. The Government is in need of information on potential sources that can perform repairs and refurbishments of Government-owned equipment from FLIR Systems, Inc. These includecommercial StarSAFIRE III, StarSAFIRE HD, Ranger III, and RECON III sensors/cameras that are used in support of fielded systems. The purpose of this RFI is to gain knowledge of the interests, capabilities, and qualifications of vendors who can successfully support this requirement. The issuance of a solicitation is contingent upon the information gathered from this sources sought notice and other information available to the Government. This RFI is directed only to those vendors who believe that they would be capable of supporting this potential requirement as a prime contractor. Responses must clearly demonstrate the qualifications, capability and expertise of the vendor. Responses to this notice will be used as part of the market research that will be used to develop the acquisition strategy to satisfy this potential requirement. The Government has not formalized an acquisition strategy. There is no solicitation and there is no other information available at this time. Only responses to this RFI will be accepted. Questions regarding the scope of work or acquisition strategy will not be accepted. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The USASMDC is conducting a market survey to identify any source that can repair or refurbish Government-owned sensors/cameras to include: commercial StarSAFIRE III, StarSAFIRE HD, Ranger III and/or RECON III. The contractor shall conduct initial inspections and diagnostic activities to determine required repairs and refurbishments. The contractor shall maintain a spare parts stock level, adequate repair facilities, and technical repair personnel sufficient to repair and refurbish the failed sensor/components and return them to service within the objective mean time to repair. The repair-turn-around-time (RTAT) shall be no greater than 25 days unless approved by the contracting officer's representative. The Government is conducting market research to review whether it should/can compete a contemplated sole source contract for repair/refurbishment of Government-owned equipment. The Government seeks future competition. Responses by Vendors: The response shall include capability to provide service and materials to support repair and refurbishment of Government-owned FLIR commercial StarSAFIRE III, StarSAFIRE HD, Ranger III, and RECON III sensor/cameras (lowest level of repair). Questions that need to be addressed in the RFI response are: 1. Are the respondent's repair facilities in current operation? If so please provide contact information. Furthermore, state in what quantities the repairs/refurbishments are being performed. 2. Has the respondent repaired these types of sensors/cameras before? If so, please state level and types of repairs performed. Where these repairs performed in support of a Government contract? If so, please provide contract number and Government point of contact. 3. What is the respondent's average repair-turn-around-time (RTAT)? 4. Does the respondent have the required technical data needed to perform the necessary repair/refurbishment of the abovementioned equipment? The Government does not own the technical data associated with the FLIR's sensors/cameras. There is no technical data package available to be furnished. 5. Does the firm have commercial and/or GSA price lists and delivery schedule information for the repairs/refurbishments of the sensors/camera? 6. Are the repairs/refurbishments being performed in the United States? If so, where are these repairs/refurbishments being performed? If you believe your firm qualifies as a potential contractor and has existing qualified personnel, relevant past performance experience, and the technical capability to perform the type of work specified, please submit the following information: 1. Company name, cage code and mailing address. 2. Point of contact (name, telephone number, and e-mail address) 3. Socio-economic status under the NAICS code 334511 (e.g., other than small business, small business, small disadvantaged business, woman-owned small business, veteran-owned small business, service disabled-veteran owned small business, etc.). 4. Current number of employees. 5. Average annual revenue for the past 3 calendar years. 6. Discuss the type and number of facilities that are currently available and would be proposed to be used to satisfy the requirement (describe the type of facilities, capacity, facilities clearance level, etc). 7. Discuss your firm's capacity, as prime contractor, to execute multiple task orders simultaneously. 8. If a small business, discuss your firm's ability to perform at least 50% of the entire requirement. 9. Discuss your past experience as a contractor for contracted efforts similar in scope and capacity. Each experience provided (Government or commercial) should include (a) name of project (b) brief description of project (c) contract or project number (d) contract type (e) client/customer point of contact (name, address, phone number, e-mail address) (f) dollar value of the contract/project (g) period of performance of the contract/project, and (h) your role in the procurement (i.e., prime contractor, first tier subcontractor, etc). 10. Financial capacity. Discuss your firm's financial capacity to perform as prime contractor for this potential effort. Discuss your financial ability to support an effort of this size and scope, considering that payments may be as much as 90-120 calendar days in arrears of actual performance on multiple task orders. 11. Statement indicating all products meet the definition of commercial items as defined on FAR Part 2.101. Responses can be submitted in your own format and shall be 30 pages or less. If data is submitted in electronic form the data should either be in Microsoft Word *.doc format or Adobe Acrobat *.pdf format, Microsoft Excel format is acceptable as well if required. Avoid the use of non-mainstream data formats. Again, this announcement is being used solely to gather market research information. The Government desires responses only from sources capable of providing repair and refurbishment of all FLIR commercial StarSAFIRE III, StarSAFIRE HD, Ranger III, and RECON III sensor/cameras systems, not just one aspect. The United States Army Space and Missile Defense Command/Army Forces Strategic Command, Contracting and Acquisition Management Office (CAMO) is the responsible contracting office supporting this RFI. The CAMO POC is Neisha M. Mendiola. All communications regarding this RFI shall be provided to neisha.mendiola@smdc.army.mil. No telephone inquiries will be accepted. The Government has a preference to receive all data electronically by email. Interested parties may also submit data to the following mailing address within the same timeline requirements: US Army Space and Missile Defense Command / Army Forces Strategic Command, Attention RFI Submission, SMDC-RDC-BB / Neisha M. Mendiola, Bldg 5220 Von Braun Complex, Redstone Arsenal, AL 35898. Vendors submitting responses to this RFI should not expect a response to their submission at this time. Further information will be posted to this website or other appropriate web sites if required and when available. There is no commitment from the Government to issue a solicitation or to make an award. ** Special Notice ** Notice is given that ITT / CAS will assist the Government in review of any information submitted in response to this RFI. If an Organizational Conflict of Interest (OCI) agreement is required, contact the following individual at ITT / CAS: Charles W. Collins * Manager, Contracts Division CAS, Inc. A wholly-owned subsidiary of ITT Corporation (256) 971-6126 Office (256) 971-6105 Fax E-mail: chuck.collins@itt.com *Charles Collins referenced above is only to be contacted in regard to executing a non-disclosure agreement (NDA). No questions or data should be provided to Mr. Collins that does not solely apply to the NDA agreement process. The SMDC Contracts POC identified above should be contacted regarding any questions or concerns. Data that is marked proprietary shall not be delivered to the Government without a NDA agreement in place. Contractors are given notice that they are accountable for marking their data package appropriately. If a contractor submits proprietary information under this RFI, the contractor will execute an agreement pursuant to FAR 9.505-4 (b) between themselves and ITT/CAS. A copy of this agreement will be furnished to the SMDC Government POC named above (Neisha M. Mendiola), without exception. Distribution A: Approved for Public Release. Distribution is unlimited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-FY11-RFI-RRSENSORS/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command ATTN SMDC-RDC-BB, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN02342883-W 20101215/101213233712-11471817af203c9a6f236cd4cff081e2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.