Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2008 FBO #2302
SOURCES SOUGHT

99 -- Non-Lethal Capabilities Set

Notice Date
3/14/2008
 
Notice Type
Sources Sought
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-08-X-0130
 
Response Due
4/14/2008
 
Archive Date
5/14/2008
 
Point of Contact
Stephanie Resch, Contract Specialist, (973)724-5561
 
E-Mail Address
Email your questions to Stephanie Resch
(stephanie.resch@us.army.mil)
 
Description
The U.S. Army, Office of the Project Manager, Close Combat Systems, Picatinny Arsenal, NJ is seeking sources for the acquisition and system integration of Non-Lethal Capabilities Sets (NLCS). The NLCS is comprised of a variety of individual, specific mission related items organized into five different modules. One NLCS consists of 4 each Dismounted modules, 4 each Convoy modules, 2 each Crowd Control/Detainee Ops modules, 4 each Checkpoint modules and 3 each Taser sub modules. The contractor must be able to acquire, assemble and Quality Control all of the individual items, module packaging and Quadcon shipping containers as well as integrate these items into the NLCS for fielding. Interested parties must contact Stephanie Resch at stephanie.resch@us.army.mil to receive the complete list of required components for each module/sub module. In addition to acquiring, assembling and providing quality control for all of the various commercially available hardware items the contractor shall be able to: -integrate GFM items into modules -accommodate an open systems approach that allows for technological upgrade to the items in the modules or later additions to the NLCS as well as retro- active technical and warranty support of previously fielded NLCS systems -act as a warranty administrator for the various items that comprise the five different modules -provide follow-on NLCS support such as item refurbishment, repair, training and inventory management -identify legally compliant techniques for handling of hazardous materials -design, build and implementation of each module configuration to include racks, module containers and sub module containers -provide CONUS and OCONUS shipment (to include current and future theater of operations) of NLCS and/or sub-modules -provide and maintain NLCS iteration tracking to include individual product serial numbers, Quadcon container numbers, NLCS version and shipping destinations for all fielded NLCS -provide for disposal and demilitarization of items in the NLCS The contractor shall also be responsible for commercial packaging recommendations in addition to being responsible for the safety and security of Government Furnished Equipment (PVABs/VLADs/ IRCADS/QuadCons) while in the possession of the contractor. Interested sources are requested to provide a capability statement which incorporates the capacity to meet all of the aforementioned responsibilities, including company name, address, telephone number, technical point of contact, Company size (i.e. large, foreign, small disadvantaged, veteran owned, woman owned, etc), item nomenclature, item description, and applicable brochure/literature. This market survey is for information and planning purposes only, does not constitute a Request for Proposal (RFP), and is not to be construed as a commitment by the U.S. Government. The Government implies no intention or opportunity to acquire funding to support current or future production efforts. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. All responding sources should submit their responses no later than 14 April 2008 to JM&L LCMC Close Combat Systems Contracting Center, Attn: Ms. Stephanie Resch, Picatinny Arsenal, NJ 07806- 5000. Responses can also be submitted by email to the following email address: stephanie.resch@us.army.mil. It should be noted that telephone responses will not be accepted.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-08-X-0130)
 
Record
SN01533002-W 20080316/080314230721 (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.