SOURCES SOUGHT
10 -- Market Survey--Sources Sought for for equipment maintenance training/labor for the Government of Iraq.
- Notice Date
- 11/4/2014
- Notice Type
- Sources Sought
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV15R01NF
- Response Due
- 11/19/2014
- Archive Date
- 1/3/2015
- Point of Contact
- Nicole Franing, 586-282-7386
- E-Mail Address
-
ACC - Warren (ACC-WRN)(DTA)
(nicole.v.franing.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION/ MARKET SURVEY ONLY. The US Government is conducting a market survey on behalf of the Government of Iraq to identify capable firms to provide services outlined below. The US Government will use this information for procurement planning and creating requirements documents. Interested parties are encouraged to monitor the Army Contracting Command Warren Procurement Network (PROCNET) for all future official correspondence pertaining to this procurement via the following URL: https://contracting.tacom.army.mil/cfdata/sol/sol01.cfm. No further postings beyond this initial statement will be made to FedBizOpps for this requirement. 1.Clarification of this Action: This request is a market survey. Responses to this survey may influence the USG's decision to issue the subject solicitation under full and open competition. This is not a pre-solicitation notice or Request for Proposals (RFP). Nor will a contract be awarded from this announcement. Information provided regarding the potential contract as presented in this market survey is subject to change. Additionally, this inquiry does not bind the USG to solicit for or award a contract. Participation in the survey is voluntary, and no reimbursements will be made to interested parties for costs associated with participation in the survey. Data submitted to the USG will not be returned but will remain archived as part of the survey's historical records. Lastly, participation in this market survey is neither mandatory nor is it required for participation in potential RFPs. 2.Requirement: The USG is requesting a Rough Order of Magnitude for material and labor to train 40 Iraq Army (IA) soldiers on operation and 40 IA soldiers on maintenance to 10/20 standard of the following equipment: a. Abrams Reactive Armor Tile-1 (ARAT-1) b.Counter Sniper/Anti-Materiel Mount (CSAMM) c.Loader's Armor Gun Shield-II (LAGS-II) d.Counter IED Driver Seat (CIED Driver Seat) e.Belly Armor f.Commander's Independent Thermal Viewers (CITV) g.Mine-clearing Blade (MCB) h.Mine Clearing i.Mine-clearing Roller (MCR) ii.MCR Mounting Kit i.Stabilized Commander's Weapon Station (SCWS), which includes the Remote Thermal Sight (RTS) j.Commander's Armored Gun Station (COMAGS) k.Loader's Thermal Weapon Sight (LTWS) Tools, vehicles, and manuals will be provided by the Government of Iraq. The Government is requesting a breakout in the ROM for material (operator and maintainer training broken out separately), labor (operator and maintainer training broken out separately), and NRE (operator and maintainer training broken out separately) under the following two scenarios. 1. Training is conducted in Al Muthana/Al Mansour. 2. Training is conducted in Taji. This ROM does not constitute a formal request for proposal. The request for a ROM is for the above listed services only. Please be advised that upon FMS case approval, if applicable, a Request for Proposal will be released. 3. Anticipated Contract Type: The planned contract type is Cost Plus Fixed FEE. 4.If interested, please submit the following: a.Provider name, mailing address, CAGE code, website (if available). b.What is your business size? i.Small Business ii.Small Disadvantaged Business iii.Woman Owned Small Business iv.HUBZone Certified Small Business v.Veteran Owned Small Business vi.Service Disabled Veteran Owned Small Business vii.Large Business viii.Domestic Concern ix.Foreign Concern c.What experience does your entity have with providing training services on the equipment listed above? d.What experience does your entity have with performing services in Iraq? 5. Please provide a Rough Order of Magnitude (cost/schedule estimate) for these services. 6.Response format: Only electronic responses are requested. Please provide responses in any of the following formats: Microsoft Word, Microsoft Excel and Microsoft Power Point. Please do not send Zip Files or hard copies via mail. The maximum size of each e-mail should be not more than 20 megabytes. If your planned response is larger than 20 megabytes, the attachment(s) need to be subdivided and sent using multiple e-mail messages so that no single message exceeds the 20 megabytes size limit. In this event, the e-mail subject lines must include quote mark message 1 of 3, 2 of 3, and 3 of 3 quote mark as well as [Organization Name]. 7.General information: The Government appreciates the time and effort taken to respond to this survey. The Government acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as quote mark CONFIDENTIAL quote mark under this statute. Pursuant to this statute, the Government is willing to accept any trade secret or confidential restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following: a.Clearly and conspicuously mark qualifying data as trade secret or confidential with the following restrictive legend: PROPRIETARY. Include any explanatory text so that the Government is clearly notified of what data needs to be appropriately protected. b.In marking such data, please take care to mark only those portions of the data or materials that are truly trade secret or confidential (over breadth in marking inappropriate data as PROPRIETARY may diminish or eliminate the usefulness of your response - see item 6 below). Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. Where appropriate, use the following restrictive legends: quote mark PROPRIETARY PORTION BEGINS quote mark and quote mark PROPRIETARY PORTION ENDS. quote mark c.The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the possession of the Government will be protected in accordance with the Government's rights in the data. d.Confidential data transmitted electronically, whether by physical media or not, whether by the respondent or by the government, shall contain any restrictive legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. e.In any reproductions of technical data or any portions thereof subject to asserted restrictions, the Government shall also reproduce the asserted restriction legend and any explanatory text. f.The Government sometimes uses support contractors in evaluating market-survey responses. Consequently, responses that contain proprietary information may receive only limited or no consideration since the respondent's marking of data as quote mark PROPRIETARY quote mark will preclude disclosure of same outside the Government and therefore will preclude disclosure to these support contractors assisting in the evaluation effort. The Government may evaluate those responses that contain proprietary information without using support contractors consistent with the resources available. g.Interested parties that desire to privately submit information or questions to the Government in response to this market survey should annotate such questions or submissions, or portions of thereof, as follows: PRIVATE SUBMISSION, NOT FOR PUBLIC DISSEMINATION. The Government will retain private submissions annotated with the aforementioned marking; it will not post those submissions publically. Place of performance: Taji, Iraq or Al Muthana/Al Mansour, Iraq DEADLINE FOR SUBMISSIONS: 19 Nov 14 1200 EDT. Point of Contact: Nicole Franing, Contract Specialist ACC Warren, ph# 586.282.7386 nicole.v.franing.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b8c75d3924c902bb6dc66fd4502f1ce1)
- Record
- SN03566200-W 20141106/141104235002-b8c75d3924c902bb6dc66fd4502f1ce1 (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 |