Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2013 FBO #4332
SOURCES SOUGHT

34 -- Poland Aegis Ashore Array Frame - Poland Array Frame Table 1

Notice Date
10/2/2013
 
Notice Type
Sources Sought
 
NAICS
332710 — Machine Shops
 
Contracting Office
Missile Defense Agency - MDA-DACG
 
ZIP Code
00000
 
Solicitation Number
HQ0276-AA-AF-RFI-1
 
Archive Date
11/9/2013
 
Point of Contact
William C. Lopez, Phone: (540) 663-6182, Johany M. Deal, Phone: (540) 663-6963
 
E-Mail Address
william.lopez@mda.mil, johany.deal@mda.mil
(william.lopez@mda.mil, johany.deal@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
Poland Array Frame Table 1 1. Purpose: The Missile Defense Agency (MDA) Aegis Ashore (AA) Program is conducting market research to determine interest, cost, and capability to manufacture Array Frame and Weldment Assemblies to be fabricated at a contractor location and shipped to a location to be determined within the continental United States at a later date. This market research will provide information to: 1) identify potential sources and their experience base to fulfill the requirements; 2) support the development of acquisition requirements, strategies, and cost estimates; 3) identify barriers to competition to reduce competition risk; 4) determine the need for documentation necessary to support proposal preparation; and 5) provide information on the capabilities of small business to fulfill the requirements in order to assess the feasibility of a total Small Business set-aside. The contemplated contract type is Firm Fixed Price (FFP). The resultant knowledge aids MDA in determining the best acquisition strategy to fulfill this requirement. This is a market research announcement for informational planning purposes only and does not constitute a formal Request for Proposal (RFP), nor shall it be construed as a commitment by MDA. Information submitted will be considered an exchange of capabilities. Any proprietary information provided should be properly marked and MDA will control it as such. MDA is not accepting any classified information. No solicitation will be issued at this time. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by MDA. MDA is not bound by this information if a solicitation is issued. No funds are available to pay for preparation of responses to this announcement. Any information submitted by responders to this RFI is strictly voluntary. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided herein is subject to change and does not bind the Government to solicit for or award a contract. 2. Background: The AA Program was established on September 17, 2009 in response to the direction of the President of the United States. As part of the President's Phased Adaptive Approach (PAA) for Ballistic Missile Defense (BMD), AA builds upon already deployed U.S. Ballistic Missile Defense System (BMDS) assets and adapts a sea-based weapon system for use on land. This will be accomplished by adapting the Aegis Weapon System (AWS) and Vertical Launching System (VLS) to the land based concept. The AA Missile Defense System (AAMDS) provides the capability to detect, track, intercept, and destroy missiles. The AA Program Office is developing an acquisition strategy to deploy the AAMDS at a designated Poland Site in Calendar Year 2019. The Array Frame and Weldment fabrication efforts required under this acquisition have been considered in relation to the requirements and milestones of the AA Program to establish realistic deadlines and deliverables, while balancing the AA funding profiles. The AA program's evaluation of the Array Frame acquisition strategy alternatives will be accomplished in multiple stages, with this first Request for Information (RFI) Sources Sought provided as an invitation for interested parties to provide input and information on their capabilities. 3. Description: The purpose of this RFI / Sources Sought is to aid MDA in determining if there is sufficient industrial expertise and interest to manufacture, build to print, Array Frames, Weldment Assemblies, and other needed hardware items (as listed in Table 1 attached) to support the Aegis Ashore platform in Poland. The fabricated items are to be completed at a contractor location and shipped to a location to be determined within the continental United States at a later date. At a minimum, the contractor shall have the capability to fabricate final end items up to a size of 10" x 10" Tubular Frame Structure / 16' x 20' Steel surface area / 2" Steel plate construction. The Government will not supply any special tooling or equipment for this requirement. Access to the drawing package will be provided to eligible contractors upon request and submission of required documentation, discussed under section 4 of this RFI. The total requirement will be for the items and quantities referenced in Table 1 attached. ISO9000:2008 Certification is a required qualification for bid submission. The North American Industry Classification System Code (NAICS) is 332710, Machine Shops with a small business size standard of 500 employees is the intended NAICS to be used for this action. 4. Draft Specifications/Technical Data: The Array Frame drawings and specifications are available upon request via VIEWNet to the Department of Defense (DoD) and U.S. DoD Contractors only. Interested qualified sources shall submit a written request to access the documents through Mr. William Lopez at william.lopez@mda.mil. To validate the document release, this request must include the company name, mailing address, email address, point of contact, phone number, current CAGE number and Central Contractor Registration number. Offerors must be registered in the System for Award Management (SAM) Database prior to submission of a capability statement package in order to receive consideration. This may be accomplished electronically at http://www.sam.gov/vendor.cfm. This program includes technical information that has been designated as Distribution D and is only releasable to current and approved Department of Defense (DoD) contractors. The program requires a procurement effort in certain critical technologies or data that are not releasable to foreign firms. Some documents are under Federal export control for sensitive or controlled technologies regulated by the U.S. Department of State International Traffic in Arms Regulations (ITAR) protecting national security. Data may not be exported without an approval, authorization, or license under Executive Order 12470 or the Arms Export Control Act. Disclosure of the control drawings requires the verification of a current license for the oral, visual or documentary disclosure of technical data by U.S. persons to foreign persons as defined under the U.S. Department website http://pmdtc.org/licenses.htm. Please include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. For DD Form 2345 information, call Defense Logistics Information Service in Battle Creek, MI at 800-352-3572 or visit the website at: http://www.dlis.dla.mil/jcp. Any use of the information in support of Direct Commercial Sales efforts is strictly prohibited. Prior to release of any controlled documents under this solicitation, any U.S. contractor must acknowledge its responsibilities under U.S. export control laws and regulations (including the obligation, under certain circumstances, to obtain an export license prior to the release of technical data within or outside the United States) and agree that it will not disseminate any export-controlled technical data subject to this requirement in a manner that would violate applicable export control laws and regulations. This agreement shall be documented in a certified DD Form 2345. Upon review of your written request, verification of your status and acknowledgement of the contractor's responsibility under the U.S. Export laws and regulations, access to the requested documents will be provided. Upon receipt and verification of required information listed below, authorization confirmation will be provided for receipt of requested documents. •· - Company name •· - Mailing address •· - Email address •· - Point of contact •· - Phone number •· - Current cage number •· - Central Contractor Registration number •· - Verification of registration in SAM •· - Certified copy of the DD Form 2345 Approved contractors will receive instructions on how to register for and access the technical documents via the web-based SharePoint site, VIEWNet, which serves as the Poland Aegis Ashore Array Frame technical library. Contractors must have a Common Access Card (CAC), VeriSign Public Key Infrastructure (PKI) certificate, or ORC ECA PKI certificate in order to obtain access to VIEWNet. Additional guidance and instructions governing the handling and submission of For Official Use Only (FOUO)/Controlled Unclassified Information (CUI) will be provided in the form of the FOUO/CUI Supplement which will be made available on VIEWNet. Any request for technical information or questions about this RFI should be in writing and sent via email to Mr. William Lopez at william.lopez@mda.mil 5. Respondents Submittal: Respondents who believe they can meet the requirements and information requested in this RFI should submit their package no later than Monday, October 25, 2013 at 3:00PM EST, a white paper in pdf electronic format not to exceed 20 pages (8.5 inch X 11 inch page using Times New Roman 12 pt font, with one inch margins on top, bottom and sides (11 inch X 17 inch foldouts shall be counted as two pages)). Submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. The responses should be properly packaged, labeled, handled and submitted in accordance with the National Industrial Security Program Operating Manual (NISPOM) and mailed to the following address: Missile Defense Agency Attn: Ms. Johany Deal 17211 Avenue D, Suite 160 Dahlgren, VA 22448 johany.deal@mda.mil (540) 663-6963 6. Future Updates: This notification, as well as any subsequent procurement notifications, will be posted on the Federal Business Opportunities (FBO) website at https://www.fbo.gov/. All interested offeror(s) are encouraged to register on the FBO website to receive email notifications when information related to this acquisition is updated, or documents related to this acquisition are issued and available for download. The Government requests that all interested parties Validate they are listed on the "Interested Vendors List" in FBO. The Government will not send notifications directly to interested offeror(s), and it is recommended that the interested offeror(s) periodically check this website for updates.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/582f6e03516085c79add41fcc8c2d80f)
 
Record
SN03210244-W 20131004/131002234921-582f6e03516085c79add41fcc8c2d80f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.