Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
SOURCES SOUGHT

14 -- HAWK AND CHAPARRAL DEMILITARIZATION

Notice Date
12/22/2016
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-17-R-0066
 
Archive Date
1/25/2017
 
Point of Contact
Coralynn H. Woods, Phone: 256-955-3024, Kristin Daggett, Phone: 256-842-7326
 
E-Mail Address
coralynn.h.woods.civ@mail.mil, kristin.l.daggett.civ@mail.mil
(coralynn.h.woods.civ@mail.mil, kristin.l.daggett.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) Solicitation Number: Notice Type: W31P4Q-17-R-0066 Sources Sought THIS IS A REQUEST FOR INFORMATION ONLY-SOURCES SOUGHT ANNOUNCEMENT This notice is published in accordance with FAR 10.002 and 15.201(e) and is a Request for Information (RFI) only in support of market research. The Government's intent is to identify qualified companies capable of performing the requirements as stated in this announcement. The U.S Army, Security Assistance Management Directorate is seeking prospective contractors for a five year contract for the Homing All the Way Killer (HAWK) and Chaparral Demilitarization (DEMIL) and Other Direct Costs (ODC). This procurement will include HAWK, Chaparral and AN/TSQ-73 Weapon Systems. Both UNCLASSIFIED and CLASSIFIED parts will be included. Qualifications: 1. Each prospective contractor shall have in place an effective and economical quality system in accordance with (IAW) ANSI/ISO/ASQ Q9001 or equivalent system as agreed upon between the contractor and U.S. Government (USG). 2. Each prospective contractor shall provide information to verify the expertise to perform material disposition activities including material retrograde and demilitarization as required and funded by the USG. The HAWK Missile System, Chaparral and AN/TSQ-73 end items and component demilitarization procedures shall be accomplished IAW the most recent policies and guidelines. The contractor will be required to submit reports documenting the above. 3. Each prospective contractor shall be responsible for the employment of a security company that provides perimeter video security surveillance and armed guards to provide a physical security presence at the contractor operated facility. Security is to be on premises after working hours, holidays and weekends. The contractor shall provide fire alarm monitoring on a monthly basis. The following ODCs will also be provided by the prospective contractor on an as needed basis: • Miscellaneous tools • Mission required test equipment • Calibration requirements on test equipment • Expendable consumable items • Reproduction services • Forklift fuel • Mission required software • Short term maintenance or storage facilities • Miscellaneous packaging materials (boxes, tape, peanuts, paper, nails, • crate lumber, etc.) • Express shipping services • Vehicle rental for training and transporting of students, equipment or materials • Vehicle insurance • Vehicle fuel • USG training necessary to perform unique missions as required • Other services as needed and required by the USG 4. Each prospective contractor shall be required to utilize the current Logistics Support Center facilities located at 4707 Fred Wilson Road, El Paso, TX 79906. Each prospective vendor MUST have a clearance level of at least CONFIDENTIAL and a current inspection on file with DSS. Security procedures require the contractor adhere to the HAWK and Chaparral Security Classification Guides, ITAR, NISPOM, HSPD-12, DOD 5220.22-M, with Change 1 (ISL-97-1, Jul 97) and Change 2 (ISL 01L-1, Feb 01) as well as any other applicable changes or amendments. 5. Each prospective contractor shall be required to accept a Firm-Fixed Price, Cost-Plus No-Fee contract with no upfront funding. 6. Each prospective contractor shall provide fork lift provisions for use at the maintenance facility. Forklift operators shall be operated by trained and authorized maintenance facility operators IAW OSHA 29CFR 1910.178(1). 7. Each prospective contractor shall provide personnel to support the maintenance facility for parts inventory management; parts testing and evaluation; test equipment maintenance; logistics supply support; HAWK training support; asset management and report preparation; delivery and receipt of shipments; student in-processing; material receiving, inspection and packaging of associated missile systems hardware and managing facility maintenance emergencies. In addition, personnel with required technical knowledge, skills, and experience to perform preventive maintenance on SAMD non-standard weapon systems and their associated ground support equipment must be provided. 8. Each prospective contractor must provide information on past experience on providing the same services to any other U.S. Government entities. Such information must include contract number(s), award date(s), and points of contact with phone numbers and email addresses. 9. General information on the prospective contractor's capabilities is welcome. However, each prospective contractor shall address paragraphs 1-8 above. All information received will be used only for planning purposes. It shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), Request for Proposal (RFP), or as an obligation on the part of the Government to respond, or to acquire any products or services. Any response to this synopsis will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this synopsis to the Government for use of such information. The information provided may be used by the Army in developing its acquisition strategy and in its Statement of Work/Statement of Objectives or Performance Specifications. Not responding to this RFI does not preclude participation in any future RFP, if issued. If the Government issues a solicitation, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor FedBizOpps for additional information pertaining to this requirement. The point of contact for this notification and any requests/questions may be directed in writing to Coralynn H. Woods at email: coralynn.h.woods.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9065cd66c68cc49f14375d57feac3bf5)
 
Place of Performance
Address: Army Contracting Command-Redstone, ATTN: CCAM-SM-C, Building 5250 Martin Road, Redstone Arsenal, Alabama, 35898-5280, United States
Zip Code: 35898-5280
 
Record
SN04358847-W 20161224/161222234557-9065cd66c68cc49f14375d57feac3bf5 (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.