Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
SOURCES SOUGHT

A -- Sustainment of Non-Intrusive Inspection Systems (NIIS), Entry Control Point (ECP) and Chemical, Biological, Radiological and Nuclear (CBRNe) equipment

Notice Date
3/12/2012
 
Notice Type
Sources Sought
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-12-R-NIIS
 
Response Due
4/12/2012
 
Archive Date
6/11/2012
 
Point of Contact
Jean Greenwood, 508-233-6101
 
E-Mail Address
ACC-APG - Natick (SPS)
(jean.greenwood@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT IS BEING ISSUED FOR PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE NATICK CONTRACTING DIVISION WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT. THE INTENT OF THIS NOTICE IS TO IDENTIFY BUSINESSES, ESPECIALLY SMALL BUSINESS (SB) CONCERNS, CERTIFIED 8(A), HUBZONE, SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB), AND WOMEN-OWNED SMALL BUSINESS (WOSB) CONCERNS CAPABLE OF PERFORMING THE REQUIREMENTS DESCRIBED BELOW. The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Contracting Center, Natick Contracting Division, Natick, MA, in support of the Joint Program Executive Office-Chemical and Biological Defense (JPEO CBD), Product Manager Consequence Management (JPdM-CM), is seeking sources who are capable of providing Sustainment of Non-Intrusive Inspection Systems (NIIS), Entry Control Point (ECP) and Chemical, Biological, Radiological and Nuclear (CBRNe) equipment. The North American Industry Classification System (NAICS) code for this effort is 334517 - Irradiation Apparatus Manufacturing and the Small Business Administration (SBA) size standard is 500 employees. The service required will consist of providing for the centralized sustainment of Non-Intrusive Inspection Systems (NIIS), specific systems including American Science and Engineering's Backscatter Vans (ZBV), Smart Check Inspection Systems and Smart Check Inspection Systems with High Throughput (SIMS/SIMS/HT) personnel scanners, Military Trailers, Ruggedized Inspection Modules (RDIM), Science Application International Corporation's Mobile Vehicle and Cargo Inspection Systems (MVACIS), Relocatable VACIS (RVACIS), Military Mobile VACIS (MMV) and RAPISCAN's Secure 1000 personnel scanners, T10 Trailers, Gantry GARDs and other general equipment including: lighting, guard shacks, towers, ground surveillance, scanning systems such as Entry Control Point (ECP) equipment, and CBRNe equipment, etc. These systems allow soldiers to safely detect and inspect incoming vehicles and personnel possibly hiding an Improvised Explosive Device (IED). NOTE: the aforementioned systems are proprietary and no systems data is available. Services required will include OCONUS locations. The sustainment support required by this contract is categorized into five area requirements delineated below, which form the basis of the need for this effort to support the NIIS/ECP equipment. Any required support shall not involve inherently governmental functions as defined in Federal Acquisition Regulation (FAR) 7.503. - Program Management Support (to include OCONUS locations) - Onsite X-Ray systems technology proprietary support (to include OCONUS locations) - Onsite Logistics Support (to include OCONUS locations) - Onsite New Equipment Training (NET) (to include OCONUS locations) - Onsite Basic Maintenance and Operator training (to include OCONUS locations) The Government anticipates issuing a solicitation for a single award of Indefinite Delivery/Indefinite Quantity (ID/IQ) sustainment/service contract with a one (1) year base and four (4) option years to manage and provide technical support for NIIS requirements utilizing either Firm-Fixed-Price (FFP) and Cost-Plus-Fixed-Fee (CPFF) CLINs as deemed appropriate by the Contracting Officer. A Performance Work Statement will be available WHEN THE SOLICITATION IS POSTED on the Federal Business Opportunities web site at http://www.fbo.gov and the Natick Contracting Division website at https://www3.natick.army.mil. Paper copies will not be available. Once a solicitation is posted, it is incumbent upon the interested parties to visit these sites frequently for any updates/amendments to any and all documents. THERE IS NO ANTICIPATED DATE FOR THE POSTING OF THE SOLICITATION AT THIS TIME. All prospective contractors must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) database in order to be eligible for award. Interested parties responding to this sources sought request SHALL SUBMIT THE FOLLOWING INFORMATION AT A MINIMUM: (a) A positive statement of interest to submit a proposal as a prime contractor on a future solicitation for this service; (b) Company name and address, point of contact with phone number, DUNS number and Cage Code; (c) Provide a copy of the certificate issued by the SBA of your qualifications as a HUBZone Small Business or 8(a) firm (if applicable), and a statement regarding small business designation and status (if applicable); (e) Evidence of three (3) recent experiences in work similar in type and scope to include contract numbers, project titles, dollar amounts, percent of work performed, description of work performed, and points of contact with current telephone numbers. (f) Any other pertinent company documentation, such as teaming/joint-venture agreements, etc. THIS SOURCES SOUGHT SYNOPSIS IS NOT A SOLICITATION. It is a market research tool being used to determine the availability and adequacy of potential business/small business sources prior to final determination of the method of acquisition and issuance of an award. Interested parties should indicate interest to the Contracting Officer, in writing as early as possible, but no later than 1:00PM on Thursday, 12 April 2012. Electronic or hard copy submissions are acceptable. Submit hard copy documents to: ACC-APG Natick Contracting Division, ATTN: Jean Greenwood, U.S. Army Natick Soldier Systems Center, Building 1, Kansas Street, Natick, MA 01760. Submit electronic copies to jean.greenwood@us.army.mil with a courtesy copy to felicia.morales@us.army.mil. This market research is for informational and planning purposes only. The Government will not pay any costs for responses submitted. Failure to submit all information requested may result in a contractor not being considered as an interested party. All service-disabled veteran owned small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and women-owned small businesses are encouraged to respond. Upon review of industry response to this sources sought synopsis, the Government will determine whether set-aside acquisition in lieu of full and open competition is in the Government's best interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/75ce09fc1dca7c16af7e18ac6d9812da)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: ACC-APG, Natick Contracting Division (SPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02694186-W 20120314/120312234450-75ce09fc1dca7c16af7e18ac6d9812da (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.