SOURCES SOUGHT
58 -- Request for Information (RFI) - Sustainment-Level Spares (Depot) for the Prophet System
- Notice Date
- 3/14/2012
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-12-R-C503
- Response Due
- 3/28/2012
- Archive Date
- 5/27/2012
- Point of Contact
- John Turner, 4438614752
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(john.o.turner.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, MD 21005, on behalf of the Product Manager Prophet (PM Prophet), is conducting a Market Survey to identify potential sources for the procurement of Sustainment-Level Spares (Depot), for the Prophet System. It is the intention of PM Prophet to procure Sustainment-Level Spares (Depot) for the Prophet System (hereafter referred to as Prophet). This system consists of a combination of Prophet Sensors and Prophet Controls that provides the Army with a Signals Intelligence capability and provides force protection information in a direct support role. The Prophet operates at the Top Secret/Sensitive Compartmented Information (TS/SCI) classification level. This effort is to provide for the acquisition of all parts/spares for current and future Prophet Configurations. The proposed acquisition is for a 5-year Firm Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) type contract. The Government is requesting contractors provide sufficient information in the form of a white paper which demonstrates that the contractor can perform to the requirements as outlined in Appendix A. Technical Data/drawings are not available for use during procurement or fabrication of spares. The Contractor shall demonstrate the ability to acquire parts, materials and equipment required for supply and maintenance in support of Prophet as outlined in Appendix A. 1. Sustainment-Level Spares (Depot). The Contractor shall procure and deliver Sustainment-Level Spares. Compositions of Sustainment-Level Spares are defined in Appendix A. The Contractor will be required to deliver In Accordance With (IAW) the quantities, delivery dates, destinations and other instructions specified in each individual delivery order. Delivery will occur within fifteen (15) days from the date of award of an individual delivery order utilizing best commercial practices. Submission of proprietary and other sensitive information shall be marked and identified with disposition instructions. Submitted material will not be returned. Responses shall not be above the level of SECRET. Please contact our Security Manager, Alison Powell, alison.t.powell.civ@mail.mil, (410) 306-4195 prior to submittal if you intend to submit classified information in response to this request. This market survey is for information and planning purposes only, and it does not constitute a Request for Proposal (RFP), and is not to be construed as a commitment by the U.S. Government. 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. The U.S. Government implies no intention or opportunity to acquire funding to support current or future efforts. No award will be made as a result of this market survey. 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. Interested parties are requested to respond to this Market Survey with a white paper no later than 28 March 2012. Written responses to the Market Survey shall be no greater than 30 pages in length, not including attachments. Electronic submittals are preferred (10MB limit) and should be sent to Mr. John Turner, john.o.turner.civ@mail.mil. If a respondent chooses to send a hardcopy, the information should be submitted to: U.S. Army Contracting Command- Aberdeen Proving Ground, ATTN: John Turner, 6001 Combat Drive, Aberdeen Proving Ground, MD 21005. The Government will also accept any written questions via the aforementioned email address. No telephone inquiries will be accepted. Any hardcopy information provided will not be returned. Respondents will not be notified of the results of the survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bf96e7b051dc24c8c2c02cd7d38d61d3)
- Place of Performance
- Address: ACC-APG - Aberdeen Division C HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02696991-W 20120316/120314235826-bf96e7b051dc24c8c2c02cd7d38d61d3 (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 |