MODIFICATION
58 -- Warfighter Information Network-Tactical (WIN-T) Increment (INC) 1 B16 Harware Spares Procurement and Repair Requirement
- Notice Date
- 10/7/2013
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment 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
- W15P7T14R0001
- Response Due
- 11/4/2013
- Archive Date
- 12/6/2013
- Point of Contact
- Colleen Dodd, 443-861-4985
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(colleen.p.dodd.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Warfighter Information Network - Tactical (WIN-T) Increment 1 B16 Hardware Spares Procurement and Repair Requirement This is a Request for Information (RFI) for planning and market research purposes only, and shall not be construed as a commitment by the Government. Please note this solicitation W15P7T-14-R-0001 is a major change in requirements to the effort previously reflected under solicitations W15P7T-13-R-0001and W15P7T-13-R0077. This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this RFI or reimburse any costs associated with the preparation of responses to this RFI. This RFI will be used to gather market research and to make decisions regarding the development of acquisition strategies. The Army Logistics Readiness Center (LRC), Aberdeen Proving Ground, in support of Warfighter Information Network-Tactical (WIN-T) Increment 1, is considering soliciting a requirement for WIN-T Inc 1 B16, Spares and Repair of Spares, under NAICS 334220. If issued, the new effort would be solicited as a Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract against which the Government may place orders for spares (new procurements) and repair of spares using range quantity pricing. The period of performance (POP) for this requirement will be for a total period of three base years (from date of award). Shipping for new procurements and repairs will be FOB Destination to New Cumberland Army Depot (NCAD). Please review the following Attachments: Attachment 1- DRAFT Statement of Work (SOW) Attachment 2 - B16 NSN Listing, (which lists the hardware procurement and repair items) * Please be advised that the attached DRAFT SOW and B16 NSN Listing are subject to change **Please note the Government intends to provide all Engineering Data For Provisioning (EDFP), Technical Manuals (TMs) and Repair Parts and Special Tools Lists (RPSTLs) at time of a final Requests For Proposals (RFP Please provide responses to the following questions below: 1. Please provide the following Point of Contact information: Company: Cage Code: Address: Point of Contact: Phone Number: Email Address: 2. Please identify your company's size standard based on the primary North American Industrial Classification System (NAICS) code of 334220. The Small Business Size Standard for this NAICS code is 750 employees. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business (WOSB) Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business (VOSB) Service-Disabled Veteran-Owned Small Business (SDVOSB) 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the attached SOW? a) Under the current SB recertification regulations, do you anticipate your company remaining a SB, under primary NAICS Code 334220? b) If your company is awarded the contract, will your company combined with the other SB subcontractors on this effort will you be able to perform at least 50% (percent) of the work? 4. Does your company or through teaming arrangements possess the capabilities to provide each item in Attachment 2 and repair those items listed as repairable in Attachment 2, column G? Please identify by NSN any items your company (or teaming arrangements) cannot provide or repair. 5. If so, provide a brief summary to include specific areas that your company plans on performing in-house. Also, note which areas of the SOW that will be performed by other Small Businesses on this effort. (Note: This is not a solicitation, full proposal is not required) 6. Please identify: a) Any long lead items b) Repair turnaround times for the repairable items c) Minimum quantity buys 7. The government is considering a repair requirement (see attached SOW section 3.7) which will utilize firm fixed pricing for both evaluation and repair for the items listed in Attachment 2 as Repairable. If your preference is for other than the above pricing method please provide details and rationale. 8. Provide any questions, comments, or concerns you may have pertaining to this RFI or any documentation attached to this RFI. Please provide this information, via email to joann.m.mazza.civ@mail.mil, jeffrey.m.barbara.civ@mail.mil or colleen.p.dodd.civ@mail.mil no later than COB, Eastern Standard Time (EST) on 4 November, 2013. Thank you. Contracting Office Address: ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROUND, MD 21005-1846 Place of Performance: Contractor's facility Point of Contact(s): JoAnn M. Mazza Procuring Contracting Officer Email: joann.m.mazza.civ@mail.mil Blackberry: 443-655-1363 Jeffrey M. Barbara Contract Specialist Email: jeffrey.m.barbara.civ@mail.mil Telephone: 443-861-4981 Colleen P. Dodd Contract Specialist Email: colleen.p.dodd.civ@mail.mil Telephone: 443-861-4985
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cb098ef0a83121141633a5c75c1737f6)
- Place of Performance
- Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN03212352-W 20131009/131007233810-cb098ef0a83121141633a5c75c1737f6 (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 |