Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2016 FBO #5256
SOURCES SOUGHT

12 -- Fire Emergency Apparatus Parts (Supply Chain Mgt) - EQUIPMENT LISTING

Notice Date
4/12/2016
 
Notice Type
Sources Sought
 
NAICS
336390 — Other Motor Vehicle Parts Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W911N2) LEAD - (SPS), 1 OVERCASH AVE KO, BLDG 2 SOUTH, CHAMBERSBURG, Pennsylvania, 17201-4150, United States
 
ZIP Code
17201-4150
 
Solicitation Number
W911N2SS160001
 
Archive Date
5/11/2016
 
Point of Contact
Sarah Keebaugh, Phone: 7172679007
 
E-Mail Address
sarah.keebaugh.civ@mail.mil
(sarah.keebaugh.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Listing of fire apparatus by type, model and OEM. INTRODUCTION Letterkenny Army Depot (LEAD) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for supply chain management of parts required to refurbish fire emergency apparatus. The intention is to procure these parts on a competitive basis The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND LEAD is considering taking on a fire apparatus refurbishment mission. In order to determine the feasibility of accepting this workload it must be determined if there are sources available to manage and own the supply chain required to provide all parts, less common hardware, required to execute the refurbishment of various fire apparatus equipment. See attached list of equipment for details on type, OEM and model. Equipment is located worldwide at various military installations. REQUIRED CAPABILITIES The Contractor shall provide all parts, less common hardware, required for LEAD to refurbish fire apparatus equipment. Contractor shall provide an initial evaluation of the asset to determine the required parts to successfully refurbish the equipment. This initial evaluation will be conducted alongside the Government inspector. Parts shall be delivered to LEAD, Chambersburg, PA within 60 days of initial evaluation in order for LEAD to begin refurbishing the equipment. If your organization has the potential capacity to perform this effort, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. ELIGIBILITY The applicable NAICS code for this requirement is 336390 with a Small Business Size Standard of 750. The Product Service Code is 2590. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than twenty (20) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST, 26 April 2016. All responses under this Sources Sought Notice must be e-mailed to Sarah Keebaugh, sarah.keebaugh.civ@mail.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar effort? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform an initial evaluation of the equipment and determine required replacement parts for refurbishment? 5.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 6.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. The estimated period of performance consists of one base year and four option years with performance commencing in August 2017. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be firm fixed price. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contracting Officer, Sarah Keebaugh, in either Microsoft Word or Portable Document Format (PDF), via email at sarah.keebaugh.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1203031a7f2b0dd7be1ccdb645e144ec)
 
Place of Performance
Address: Letterkenny Army Depot, Chambersburg, Pennsylvania, 17202, United States
Zip Code: 17202
 
Record
SN04081947-W 20160414/160413001157-1203031a7f2b0dd7be1ccdb645e144ec (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.