Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 02, 2017 FBO #5853
SOURCES SOUGHT

59 -- TALON Robotic System Market Research

Notice Date
11/30/2017
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - WRN (W56HZV)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-18-R-TALON
 
Archive Date
12/5/2017
 
Point of Contact
Karl J, Boedecker, , Jamie M. Waszak,
 
E-Mail Address
karl.j.boedecker.civ@mail.mil, jamie.m.waszak.civ@mail.mil
(karl.j.boedecker.civ@mail.mil, jamie.m.waszak.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
I. Description of Intent: This notice is to gauge the availability of vendors that are capable and interested in meeting the Government's requirement for robot parts for reset, recap, maintenance and sustainment in support of numerous TALON robotic programs and all variants of the TALON robot systems to fulfill Foreign Military Sales (FMS) Cases. The Project Manager Force Projection Robot Logistic Support Center (PM FP RLSC) has a requirement to sustain 353 Army Requirements Oversight Council (AROC) TALONs, also known as the Directed Requirement (DR) TALONs, recap and sustainment of 62 Chemical Biological Radiological Nuclear (CBRN) TALONs, sustainment of 550 Man Transportable Robotic System/Explosive Ordnance Disposal (MTRS/EOD) TALONs, recap and sustain 478 TALON 5A robotic platforms and to support all customers' requirements for robots and parts such as FMS Cases and the United States Marine Corp (USMC). II. General Information: PM FP RLSC is issuing a Sources Sought Notice as means of conducting market research only to identify parties having interest and resources to support this requirement. The information gained will be used for preliminary planning and to determine the availability of qualified contractors to see if any other means of procuring the Government's requirement for parts to reset, recap, sustain and maintain parts which includes the entire Bill of Materials (BOM) for every TALON robot variant and also the requirement for every available TALON platform. The information received will be used by the Government to facilitate the decision-making process and will not be disclosed outside of the agency. If a solicitation is issued subsequent to this notice, information received from respondents will aid in the decision of whether to issue a solicitation as a competitive set-aside for qualified Small Businesses, Vendors with GSA Schedules or whether to issue the requirement as unrestricted full and open competition. The Government assumes no financial responsibility for costs incurred with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal (RFP) and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results regarding the market research survey. This notice is to determine if there are any other sources outside of Foster Miller, the Original Equipment Manufacturer (OEM), for the TALON robot. Foster Miller has developed and owns the intellectual property for the TALON robot system. The Government did not fund any portion of the Technical Data Package (TDP); therefore, it only has limited rights to the technical data. Any ensuing contract would be Firm-Fixed Price with a period of performance of five years from the date of award. The parts and TALON robots that may be procured will be identified on the Master Parts List (MPL) which consists of all the TALON robot variants and every part associated with each variant and the BOM will be incorporated into the contract as a MPL. The contractor shall ensure that parts and systems comply in all respects with the manufacturer's performance requirements for each part number. The initial MPL shall be updated by the vendor to ensure complete accuracy of the entire BOM, to include part numbers and nomenclatures. In the future, the MPL shall be updated by the Government as needed after approval of the PM office. III. Submission Instructions: All responding to this notice shall provide specific information to include a summary of the company's capabilities. Information to be provided shall include a Capability Statement which demonstrates the skills, experience, knowledge, and capabilities necessary to meet the Government's requirement for parts for reset, sustainment, recap and maintenance in support of 353 DR TALONs, recap and sustainment of 62 CBRN TALONs, sustainment of 550 MTRS TALONs, recap and sustainment of 478 TALON 5A systems and customer support to include all TALON robot variants and parts to support FMS Cases and sustainment of the USMC robots. Statements should address the contractor ability to obtain the relevant MPL, and satisfy the Government's requirement for reset, sustainment and maintenance parts. The contractor shall address how it plans to ensure that the parts and TALON robots will comply in all respects with the manufacturer's performance requirements for each part number and it's plan for communicating with the Government regarding any required updating of the MPL as needed for part numbers or nomenclature to ensure a complete BOM. The contractor response should list the firm's specific skills, experience, knowledge, and capabilities to complete these requirements, including, but not limited to a description of corporate experience with similar projects. The Capability Statement should include: 1. Contact information including: Company Name: Address: Point of Contact: Phone Number: Email Address: DUNS/Cage Code: Website Address: Type of Organization: Business Type(s): [ ] Large Business (LB), [ ] Small Business (SB), [ ] HUBZone (HZ), [ ] Service Disabled Veteran Owned Small Business (SDVOSB), [ ] Woman Owned Small Business (WOSB), [ ] 8(a) Business Development Program, [ ] Small Disadvantaged Business (SDB), [ ] Veteran Owned Small Business (VOSB). 2. A statement indicating if your company possesses the capability to meet the entire requirements. Does your company have the ability to provide any, some, or all of the required Master Parts List requirement? Provide a table to list each service you are capable of providing. Does your company have approval to provide Foster Miller intellectual property for the TALON system? 3. Does your company have experience as a prime contractor performing services of the same or similar type effort(s) (to include size and complexity) within the past five years? If yes, please provide the following information: Contract number(s): Dollar value(s): Point of Contact (POC): POC Email address: POC Phone number: Brief description of your direct support of the effort: Similarity of scope, effort, complexity: 4. Potential sources should only submit the minimum information necessary and shall not exceed 2 pages. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The Government may contact potential sources for additional information as required. 5. Interested parties are encouraged to be registered in the System for Award Management, www.sam.gov prior to responding to this Sources Sought Notice. 6. Interested parties that consider themselves qualified to perform the above listed services are invited to submit a response to this Sources Sought Notice no later than 1500 EST 04 December 2017. Responses to this Sources Sought Notice shall be submitted via email to Karl Boedecker at karl.j.boedecker.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4ca82b2321d3812055ad40d73ec6e080)
 
Place of Performance
Address: 6501 East 11 Mile Road, Warren, Michigan, 48390, United States
Zip Code: 48390
 
Record
SN04753240-W 20171202/171130231750-4ca82b2321d3812055ad40d73ec6e080 (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.