Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2013 FBO #4285
MODIFICATION

A -- Rapid Acquisition of Materials for Prototyping

Notice Date
8/16/2013
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY13RE004
 
Response Due
8/30/2013
 
Archive Date
10/15/2013
 
Point of Contact
Charlene Buduo, (703) 704-0860
 
E-Mail Address
ACC-APG - Washington
(charlene.a.buduo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information - Rapid Acquisition of Materials for Prototyping ***Response Due date is extended to 30 August 2013. No other changes. The Army Contracting Command - Aberdeen Proving Ground - Ft. Belvoir, and Night Vision and Electronic Sensors Directorate (NVESD), Special Products and Prototyping Division (SPPD) are conducting a market survey for materials and services to support SPPD's mission to provide quick material solutions, engineering, technical, and management services to the war fighters to address urgent current/future mission needs related to conflicts and Overseas Contingency Operations (OCO). REQUIREMENTS: The U.S. Army is interested in all sources that have the following characteristics and meet the requirements of the attached Performance Work Statement (PWS): 1. Primarily must be able to procure and deliver raw material, components, electronic components, parts, instruments, equipment, systems, sub-systems, cables, wiring, etc. and other related hardware and materials for incorporation into end items in timely manner in order to meet short suspense requirements. Attached is a Typical Sample Task Order, RAMP Sample Task - Materials. The respondent should address this Sample Task Order. The response should include cost for parts, schedule, and timeline for delivery. 2. Support design, development, fabrication, testing and evaluation, documentation, training, deployment, operation, and sustainment associated with systems-of-systems concepts to include manned-unmanned systems teaming. These systems would include but not be limited to: manned and unmanned platforms, EO/IR sensors (focal plane arrays, optics, coolers, and signal processing), sensor gimbals/turrets, distributed apertures, lasers, hardware and software for data processing/fusion, communications, electrical and physical integration kits necessary to mount the hardware on tactical vehicles, system displays, and control units. Attached is a Typical Sample Task Order, HSI Sample Task. The respondent should address this Sample Task Order. The response should include cost, schedule for integration, and timeline for delivery. 3. The Contractor shall provide the personnel, and the necessary services, equipment, and facilities to support the testing, evaluation, and demonstration of systems in both laboratory and field environments CONUS and OCONUS. This includes the ability to short notice tests and to work extended, nighttime, and/or overtime to support testing. Attached is a Typical Sample Task Order, Sample Task - SPSS. The respondent should address this Sample Task Order. The response should include cost, schedule, and timeline for reviewing and updating documentation as needed and, the need for trainers to providing necessary training. 4. The Contractor shall maintain the ability to surge rapidly to meet urgent requirements for testing (to include function, reliability, and safety) and training at CONUS and OCONUS locations to include combat areas. REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION; The United States (U.S.) Army is not obligated to make an award as a result of this request. This Request for Information (RFI) is for informational and planning purposes only and does NOT constitute an Invitation for Bid or a Request for Proposal (RFP), and it should not be construed as a commitment of any kind by the U.S. Army to issue a formal solicitation or ultimately award a contract. The information received in response to this RFI is for informational planning purposes only and does not mandate or impose requirements. The U.S. Army is in no way liable to pay for or reimburse any company or entity that responds to this announcement. Submitting information for this announcement is voluntary, and participants will not be compensated. The lack of response will not exclude you from any future procurement that might occur. Your response to this RFI does not constitute the start of negotiations. It is desirable that data be received with unlimited rights to the Government. However, it is recognized that proprietary data may be included with the information provided. If so, clearly mark all proprietary information as such. No solicitation document exists and formal solicitation may or may not be issued by the U.S. Army as a result of the responses to this RFI. This information is subject to amendment as requirements may change. The information provided should include the quality of services that have been provided in past efforts that are related to the kind of services that are being sought by the RFI. Supply the following information on past contracts: i. Title and objective of effort ii. Contracting agency iii. Time period of effort iv. Value of contract v. Type of contract (fixed price, cost reimbursement) vi. Accomplishments of effort vii. Point of contact at the organization receiving the services (to include address and telephone number) Vendors and interested parties are encouraged to submit a White Paper, indicating their interest in and capability to meet this procurement and MUST address the three (3) attached Sample Task Orders, before 10:00am (EDT) on 30 August 2013. All white papers must be unclassified. Each White Paper is limited to a total page count of twenty (25) pages plus five (5) pages for each Sample Task Order. White papers should be submitted electronically to the Contract Specialist, Charlene Buduo at charlene.a.buduo.civ@mail.mil. The subject line for the email submission should read: RFI: RAMP, YOUR COMPANY NAME. No telephonic or fax inquiries or requests will be honored. WHITE PAPER SUBMISSIONS: Interested and capable sources are encouraged to submit an unclassified white paper, indicating their interest and contain a description of your capabilities to the requirements listed above. Responses shall be limited to 25 single-sided pages (excluding cover page and table of contents), plus 5 single-sided pages for each Sample Task Order, minimum 10 pt. New Times Roman font and -inch margins, including a one page synopsis of current and past relevant activities related to quick-reaction procurement of goods and services in the development and design, prototype fabrication, testing and evaluation, documentation, fabrication of end products. The cover page shall include: a. A point of contact information to include: company name, contact name, company address, website (if available), contact phone number, and contact email address. b. Statement as to whether or not your company is considered a small or large business. Please also indicate any socioeconomic classification (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies. The small business size standard is 500 employees for the North American Industry Classification System (NAICS) Code 541712. c. Cage Code and Duns Number Provide a statement as to whether or not your company is considered a small or large business. Please also indicate any socioeconomic classification (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies. The small business size standard is 500 employees for the North American Industry Classification System (NAICS) Code 541712. Additionally, responders should include direct answers to the following questions: a.Are you planning to be a Prime or a Subcontractor? If a Prime (continue to question b.) b.If you are a small business and plan to be a prime please inform how you will meet the limitations on subcontracting FAR Clause 52.219-14? c.If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house? d.The Government understands that teaming is an intricate part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house? e.If you are a small business, can your company sustain if not paid for 90 calendar days? f.Do you currently have or can you acquire facilities to perform tasks prior to contract award or within 15 calendar days after contract award? If interested in this opportunity, please continue to monitor the ASFI website at https://acquisition.army.mil/asfi/default.cfm for any changes or updates. The Government will not reimburse interested sources or responders to this notice or documents posted under this announcement, for any costs incurred in responding, or for subsequent exchanges of information. Information submitted does not constitute a proposal, but will be considered an exchange of capabilities and ideas. The Government does not intend to publish the questions and comments received as a result of this announcement; however, the feedback received will be considered in finalizing the Government's requirements. For technical questions regarding this announcement please contact Mr. Jaime Gonzalez, email: jaime.gonzalez.civ@mail.mil phone: 703-704-3212. For non-technical questions, please contact Charlene Buduo via email: charlene.a.buduo.civ@mail.mil PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY AND ATTACHED PWS AND SAMPLE TASK ORDERS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/57c0c28bf5852da403e2f4567220dae4)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03152666-W 20130818/130816235349-57c0c28bf5852da403e2f4567220dae4 (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.