Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOURCES SOUGHT

J -- Market Survey for Global Chemical, Biological, Radiological, Nuclear, & High Yield Explosives (CBRNE) and Force Protection Equipment Contractor Logistics Support (CLS)

Notice Date
2/8/2012
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
ACC-APG - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-12-CBRNE-CLS
 
Response Due
3/6/2012
 
Archive Date
5/5/2012
 
Point of Contact
Michael Velez, 410-436-8446
 
E-Mail Address
ACC-APG - Edgewood
(michael.velez5@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBD), Joint Project Manager for Nuclear, Biological and Chemical Contamination Avoidance (JPM NBC CA) Aberdeen Proving Ground, MD is conducting market research to determine qualified, experienced, and interested potential sources to better define the available industrial base and to determine whether or not there are small businesses that can support this effort. The purpose of this effort is to provide Contractor Logistics Support (CLS) services (operation, maintenance and supply support) for highly complex, low-density systems for detection, mounted and dismounted reconnaissance, individual and collective protection, decontamination, and force protection against Chemical, Biological, Radiological, Nuclear, and High Yield Explosives (CBRNE) threats for the United States Army (Army), United States Army Reserve (USAR), National Guard, United States Marine Corps (Marines), United States Air Force (Air Force) United States Navy (Navy), and other Government organizations (OGA), operating in the Contiguous United States (CONUS) and Outside CONUS (OCONUS) to include, but not limited to: Europe, Korea, Hawaii, Alaska, Afghanistan, Kuwait and other Southwest Asia locations. CLS will be required during peacetime and contingency operations. Systems covered under this support contract include the Nuclear, Biological, Chemical Reconnaissance System (NBCRS) Fox M93 Series, Joint Biological Point Detection System (JBPDS), Biological Identification Detection System (BIDS), Joint Biological Standoff Detection System (JBSDS), Joint Portal Shield (JPS), Joint Nuclear Biological Chemical Reconnaissance System 2 (JNBCRS2), and Advanced Threat - Dismounted Reconnaissance System (AT-DRS). The contractor shall be responsible for maintaining system operational readiness at all locations, to include military installations, worldwide. The contractor shall provide technical support and engineering services required to maintain systems over the term of the contract. The contractor shall be responsible for obtaining all required security clearances, country clearances, visas, work permits, installation access, etc. to deliver support and maintain system operational readiness. Program Management requires development and execution of a detailed program plan describing the overarching program strategy insuring the contract, scheduling, and cost objectives are met. The estimated period of performance for the contractual effort is 60 months from date of award. The effort is unclassified; however, the contractor shall be required to receive and generate classified information and be required to store and ship classified hardware. The contractor shall furnish all necessary services, personnel, hardware, software, facilities, information and supplies (except Government Furnished Equipment) required to support the systems. The contractor shall provide an information system for the Government to monitor and track all maintenance actions in real time. Interested potential sources shall provide a white paper (10-page limit on responses is inclusive of any supporting documentation) responding to the following questions : (1) What qualifications/capabilities do you have to execute the required work? (2) What experience or past performance of a similar nature supports your qualifications/capabilities for the required work? Ensure the following is addressed in your response: (a) Experience with supporting CBRNE systems and the scope of previous support efforts; (b) Locations where support was provided; (c) Please indicate facility and personnel clearances possessed; (d) Please indicate the dollar range of any related contracts;(3) Is your firm a small business?; (4) If this project were set-aside for small business, would you submit a proposal?; (5) If this project were set-aside for small business, would you submit a proposal if in your range?; (6) Is your firm a certified a HUBZONE firm?; and (7) is your firm a certified 8(a) firm? Responses should be submitted, as indicated above, and at a minimum, should include: RFI number, company name, address, telephone number, facsimile number, website address (if available), and type of business (large or small), informational paper addressing the areas of interest listed above, brochures, relevant published technical specifications, and any relevant 3rd party performance verification. The name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives should also be included. Responses shall be provided via Email to carl.e.busart.civ@mail.mil not later than 6 March 2012, in either Microsoft Word (.doc) or Adobe (.pdf) format THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This is not a request for proposals or quotations, and it is not to be construed as a commitment by the Government to release a solicitation and/or award a contract. All information received in response to this RFI that is marked Proprietary will be handled accordingly. The North American Industry Classification System (NAICS) code is 811219 Other Electronic and Precision Equipment Repair and Maintenance; however, firms may provide a recommendation for an alternative NAICS code, if the one provided is too restrictive or not restrictive enough as to business size and industry category.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b05f58c3bf9dba085de9a2b1b3591a58)
 
Place of Performance
Address: ACC-APG - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
Zip Code: 21010-5424
 
Record
SN02670873-W 20120210/120208235506-b05f58c3bf9dba085de9a2b1b3591a58 (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.