Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2014 FBO #4640
SOURCES SOUGHT

59 -- Spare and Repair Parts for the Vehicle Optics Sensor Systems (VOSS) for Medium Mine Protected Vehicles (MMPV)

Notice Date
8/6/2014
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-14-R-E018
 
Response Due
9/5/2014
 
Archive Date
10/5/2014
 
Point of Contact
Karen Jeter, 443-307-3817
 
E-Mail Address
ACC-APG - Washington
(karen.e.jeter.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Belvoir Division, on behalf of the Product Manager Ground Sensors (PdM GS), under the Project Manager Terrestrial Sensors (PM TS), is conducting market research to determine industry's capabilities in providing full rate production of spare and repair parts for the Vehicle Optics Sensor Systems (VOSS) for Medium Mine Protected Vehicles (MMPV) in accordance with Federal Acquisition Regulations (FAR) Part 10. The purpose of this Market Research is to identify potential sources that have the capability to produce and deliver spare and repair parts for 480 Vehicle Optics Sensor Systems (VOSS) previously procured in support of Overseas Contingency Operations (OCOs). A list of spare and repair parts is enclosed as Attachment 0001. Delivery will be required starting no later than nine (9) months after contract award. All spares and repair parts are required to be compatible with the current configuration consistent with VOSS documentation. Respondents should assume that no Government Furnished Equipment (GFE) will be provided to incorporate into the VOSS. The Government does not own the Technical Data Package (TDP). The contractor shall submit Design Change Notices (DCN), Logistics Management Information (LMI) and Data Product(s). DCNs document Provisioning Parts List (PPL) and Technical Manual changes which add, change or delete parts due to approved Engineering Change Proposals (ECP). DCNs are not required for changes which have no impact on provisioning documentation e.g., changes to the finish, tolerances, etc., if they do not require a change to the part number. The contractor shall provide updates to the PPL as a result of any approved ECPs, design changes, obsolete parts, substituted parts or other actions. The Contractor shall be responsible for providing necessary changes to VOSS documentation, logistics, and provisioning data when spare parts are added or deleted to the system. The Government will accept responses from sources with a demonstrated capability to provide the needed components for VOSS for MMPVs Type I and Type II, and provide data needed for organic support. Sources possessing the capability to satisfy the Government's need with respect to this source sought for the VOSS are invited to submit a White Paper not to exceed twenty (20) pages in length. Sources responding to this request for information must provide the following information: 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: 2. Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 333314. The Small Business Size Standard for this NAICS code is 500 employees. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business (LB) Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under 333314? If you are a SB answer questions 3A, B & C. All others skip to Question #4. Responses to questions 3A, B & C shall not be counted as part of the 20 page limit. A.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? B.If you are a small business and plan to be a prime contractor on this effort please inform how you will meet the limitations on subcontracting in accordance with FAR 52.219-14. C.If you are a small business, can you go without a payment for 90 days? 4. Does your company possess an approved Defense Contract Audit Agency (DCAA) accounting system? 5. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the effort. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 6. Is your company currently providing similar items to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar items commercially. 7. Discuss existing capacity and quantity requirements necessary to maintain that capacity and industrial base. 8. Does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide. 9. Is your company planning on business arrangements with other companies? If so, please list the process used in selecting the members. 10. Discuss existing capacity and quantity requirements necessary to maintain that capacity and industrial base. 11. Please describe the capacity of your facility to include storage and shipping areas. 12. The Government understands that teaming is an essential part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house. Interested parties who do not submit the above information on or before the response due date and time will not be considered for this procurement. This Request for Information (RFI) is for planning purposes only and 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 acquire any products or services. Your response to this request 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 announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information submitted. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. The ideas presented in the white paper will be discussed and assessed by U.S. Army PM Ground Sensors. Government support contractors will be involved in the review and assessment of responses submitted under this RFI. Response to this RFI should be received no later than 30 calendar days from the date of this notice and should be submitted via email to Karen Jeter, Contract Specialist, at karen.e.jeter.civ@mail.mil. Acknowledgement of receipt will be issued. The subject of the email message shall be: W909MY-14-R-E018 RFI - Your Company's Name. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dd0727dca7a1d48697faf20c1288da69)
 
Place of Performance
Address: ACC-APG - Belvoir ATTN: CCAP-CCV-B, 10205 Burbeck Road Fort Belvoir, VA
Zip Code: 22060
 
Record
SN03454852-W 20140808/140807023216-dd0727dca7a1d48697faf20c1288da69 (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.