Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOURCES SOUGHT

J -- Refurbishment of Kineto Tracking Mounts - KTM Statement of Work RFI

Notice Date
2/26/2016
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - White Sands Missile Range, 143 Crozier Street, 2nd Floor, White Sands Missile Range, New Mexico, 88002-5201, United States
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-16-R-KTMREFURB
 
Archive Date
4/5/2016
 
Point of Contact
Peter L. Hopkins, Phone: 5756782850
 
E-Mail Address
peter.l.hopkins.civ@mail.mil
(peter.l.hopkins.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
KTM Statement of Work THIS IS A Sources Sought Notice ONLY. This notice is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party's expense. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFP, if any is issued. However, in order to validate an acquisition strategy through efficient market research, small businesses, in all socioeconomic categories, are highly encouraged to respond to identify capabilities in meeting the requirements. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. A continuing need is anticipated for the refurbishment of five (5) L3-IOS Kineto-Tracking Mounts (KTMs) which is currently being fulfilled by L-3 Communication Corporation 615 Epsilon Drive, Pittsburgh, and PA 15238 under contract number W9124Q-11-D-0121. The purpose of this notice is to conduct market research to determine if capable, interested sources exist to assist in determining if this effort can be set-aside for small business (to include 8(a) Business Development Program participants, Historically Underutilized Business Zone (HUBZone) small business concerns, Service disabled veteran-owned (SDVOSB), and Women-owned small businesses (WOSB)), and to improve the Army's approach to acquiring the identified services. The Army is committed, when conducting market research, to request no more than the minimum information necessary from potential sources. With that in mind, the Army requests the following information: 1. WSMR operates a fleet of optical tracking instruments. In order to provide high quality optical Time, Space, Position Information (TSPI) data, these instruments contain many precision subsystems that must be maintained in top condition. All of the subsystems require refurbishment and replacement of obsolete components in order to ensure the integrity of the TSPI data collected. Near factory delivery condition will be required to continue the reliable production of accurate TSPI information. Due to the age and harsh environments the instruments are experiencing severe deterioration. Many components of subsystems are obsolete and no longer readily supported by third party vendors. WSMR requires a refurbished fleet of optical mounts which support WSMR customers' requirements, to include providing optical TSPI data as well as event/attitude measurements. Each potential source shall give a brief description of their ability to assess and refurbish approximately five (5) KTMs per the attached Statement of Work. This description should include a demonstration that the source: has adequate financial resources to perform the contract, or the ability to obtain them; be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; and has the necessary production, construction, and technical equipment and facilities, or the ability to obtain them. Each potential source is also requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of KTM Refurbishment. Firms shall also provide point of contact information where available for the efforts cited above. 2. Additionally, to permit the contracting officer, in accordance with FAR 19.203(c), to first consider an acquisition for the small business socioeconomic contracting programs (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs) before considering a small business set-aside (see 19.502-2(b)), please provide: a. Information sufficient to form a basis for the contracting officer to conclude there is a reasonable expectation that offers would be received from two or more HUBZone small business concerns, and that award would be made at a fair market price; b. Information sufficient to form a basis for the contracting officer to conclude there is a reasonable expectation that offers would be received from two or more service-disabled veteran-owned small business concerns, and that award would be made at a fair market price; c. Information sufficient to form a basis for the contracting officer to conclude there is a reasonable expectation that at least two eligible and responsible 8(a) firms would submit offers and that award could be made at a fair market price; d. Information sufficient to form a basis for the contracting officer to conclude there is a reasonable expectation that two or more WOSB concerns eligible under the WOSB Program (including EDWOSB concerns), will submit offers and that contract award may be made at a fair and reasonable price; e. The capabilities of Indian tribes or Alaska Native Corporations to provide the services identified herein. 3. Please identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 4. To the extent of your knowledge of the industry, please provide a list of all potential contractors who could reasonably perform the needed services. 5. Please identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. 6. Please recommend an acquisition strategy outlining how the Army should acquire the needed services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b0c4ea0e0fe067562ab1cc3dcdddf365)
 
Place of Performance
Address: White Sands Missile Range, New Mexico, 88002-5201, United States
Zip Code: 88002-5201
 
Record
SN04032589-W 20160228/160226234434-b0c4ea0e0fe067562ab1cc3dcdddf365 (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.