Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2016 FBO #5508
SOURCES SOUGHT

58 -- Second Generation Forward Looking Infrared B-Kit Components and Engineering Services - Attachment 001 and 002

Notice Date
12/20/2016
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 2461 Eisenhower Avenue, Alexandria, Virginia, 22331, United States
 
ZIP Code
22331
 
Solicitation Number
W909MY-17-R-C006
 
Archive Date
1/26/2017
 
Point of Contact
Zun Z. Lin, Phone: 7037040848
 
E-Mail Address
zun.z.lin.civ@mail.mil
(zun.z.lin.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 001 and Attachment 002 The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is conducting market research on behalf of the US Army's Office of the Product Manager Ground Sensors, in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this Market Research is to identify potential sources that have the skills, experience, knowledge, and capabilities required to manufacture and deliver the following: 1. Second Generation Forward Looking Infrared (2GF) B-Kit components. SEE ATTACHMENT 001 AND 002 FOR A COMPLETE 2GF COMPONENTS AND QUANTITIES. These items will be used as replacements for existing failed/damaged items or may be used in new FMS or US Army systems. The contract is planned to be awarded as an Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract with the potential of "up to" quantities as shown in attachment 002 to be procured over a period of five (5) to seven (7) years. 2. Provide Engineering & Technical services associated with this hardware. 3. If you cannot manufacture the current 2GF B-Kit components, do you have the capability to manufacture a viable replacement of similar items (top level assemblies and/or subassemblies)? 4. Engineering Change Proposals (ECP) - as required. 5. Engineering & Technical Services - Includes qualification testing, conformance inspection, obsolescence mitigation, software maintenance, and field service representatives. 6. If you cannot manufacture the current 2GF B-Kit components, do you have the capability to manufacture a viable replacement of similar items (top level assemblies and/or subassemblies)? Interface and Performance Requirements - The following list contains Performance Specifications that suppliers will need to meet in order to be considered fully qualified for each of the items: 1. MIL-PRF-A3271804B Performance Specification for the Block 1 B-Kit 2. MIL-PRF-12987773B Performance Specification for the Block 1 Thermal Receiver Unit 3. MIL-PRF-12987771A Performance Specification for the 2GF Block 1 CITV 4. MIL-PRF-5009755E Performance Specification for the 2GF Standard Advanced Dewar Assembly Type II (SADA II) Interface Control Documents - The following list contains Interface Control Documents that suppliers will need to meet in order to be considered fully qualified: 1. A3298946B Interface Control Document for the 2GF Block-1 B-Kit (Block 1 ICD) 2. 19200-12987745B Interface Control Document for the 2GF Block 1 Thermal Imaging System (TIS) 3. A3190635H Interface Control Document for the Standard Advanced Dewar Assembly (SADA) II 4. 19200-12991282B Interface Control Document for the 2GF Block 1 CITV For any questions regarding the above technical data or information, to include Attachment 001 showing the 2GF B-Kit component requirement, contact the below POC: Vincent E. Ramirez, PM GS, 2GF Systems Engineer, Email: vincent.e.ramirez4.civ@mail.mil Please note the following: There is no Government funding available for development and test of the 2GF B-Kit components. Foreign participation is excluded. Sources responding to this Request For Information (RFI) are requested to provide answers to the following questions with as detailed information as possible: 1. Brief summary of the company: Company Information Company Name: Company CAGE Code: Company DUNS Number. (If your Company holds a GSA Schedule contract (541 or other), please provide the Schedule number): Company Address: Company Phone #: Company email: Company Representative and Business Title: Company Socioeconomic Classification (Small Business (SB), (8)(a), Woman-Owned (WOSB), Economically-Disadvantaged Women-Owned (EDWOSB), Veteran-Owned and Operate (VOSB), Service-Disabled Veteran-Owned, (SDVOSB), or Historically Underutilized Small Business-Zone (HUBZone), Historically Black College and Universities/ Minority Institutions(HBCU/MI)): 2. Qualifications in Display and Control Interface Technology for this effort or like efforts. 3. Does your company possess the technical data and capability to manufacture the 2GF B-Kit components listed in Attachment 001? If you do not presently manufacture the 2GF B-Kit components or like system, how long would it take to develop, test, qualify, manufacture, and deliver the 2GF B-Kit components? 4. If your company cannot provide the entire range of these requirements please list which requirements your company can provide? Capabilities Provide the requested information for up to five (5) projects your company/team has performed within the past five (5) years. For each project, provide the responses to the questions below. Does your company have experience as a prime contractor? a. Agency/Customer: b. Project Name: c. If you have experience as a prime contractor, please provide as much of the following information as possible: 1). Number of task orders you were prime on 2). Contract number(s) and 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: d. Aggregate dollar value of entire contract: e. Aggregate dollar value of task orders you were the prime on: f. Is the work similar in scope to that of the above performance capabilities and attributes?: g. Period of Performance (for base and options): h. Were you the Prime or Subcontractor: i. Percentage of Work Performed: j. Description of Work Performed: k. Security Clearance Requirements (number of personnel and level of clearance and/or designation): 5. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 6. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these requirements. 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. 7. What are the core competencies of your employees that would support these requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 8. Does your company have a SECRET facility or access to one should it be required? 9. Do all the employees that would support this requirement have a security clearance? If not, what percentage of employees that will be involved in this effort, have a security clearance? 10. Please provide your current facility size to include storage capabilities? Do your current facilities provide ample storage to allow for the production of the 2GF B-Kit components based on the quantities shown in attachment 002. 11. Discuss existing production capacity. If you do not currently have a production line what quantities are required to start one and keep it running. Additionally, what quantities per year are necessary to maintain the industrial base? 12. Describe how you will either produce or subcontract for each component or assembly. Please identify sources of supply for any components or assemblies for which you intend to subcontract production. Using the components listed in the attached 2GF B-Kit Components Table complete the following Make/Buy questions and submit with your response. Use the following guideline: chose "Make" or "Buy" depending on whether you make (manufacture) or buy (use sub-contractor(s)) each component. If company owned technical data is subcontracted for manufacturing as a "build to print" arrangement select "Make" in the response. a. Item Description: b. NSN: c. Government Part Number: d. Qualified Items Make/Buy: Answer "Make or "Buy" e. Comments: 13. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? QUESTIONS 14 - 17 ONLY APPLY TO THE SMALL BUSINESS RESPONDENTS: In addition to the above, small businesses responding should provide the following information: 14. If you are a small business and plan to prime please inform how you will meet the limitations on subcontracting Clause 52.219-14. 15. If you identify your company as a Small Business or any of the Small Business subcategories above, then is your company interested in being a prime on this contract? 16. Under the current SB size standard, do you anticipate your company remaining a small business, under the stated NAICS code 334511? 17. If you are a small business, can your company sustain if not paid for 90 calendar days? 18. The Government requests that interested parties with the capabilities to meet the above requirements should electronically submit White Papers of not more than twenty (20) pages, 8.5" x 11" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Responses to Small Business Questions 14 thru 17 are not counted in the above stated twenty (20) page limitation. Any information submitted by respondents to this sources sought notice is totally voluntary and at no cost to the Government. This information will help the Government form its acquisition strategy. All information received in response to this sources sought synopsis that is marked "Proprietary" will be handled accordingly. Responses will not be returned nor will receipt be confirmed. No solicitation exists; therefore, do not request a copy of a solicitation. Responses are due no later than 12:00 PM EST (local time at Fort Belvoir, VA) on 11 January 2017. Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Send responses electronically to: Zun Z Lin, Contract Specialist, email: zun.z.lin.civ@mail.mil Sabin A Joseph, Contracting Officer, email: sabin.a.joseph.civ@mail.mil Vincent E. Ramirez, PM GS, 2GF Systems Engineer, email: vincent.e.ramirez4.civ@mail.mil Contracting Office Address: Army Contracting Command, APG-Fort Belvoir 10205 Burbeck Road, Bldg 362 Fort Belvoir VA 22060-5811 Point of Contact: Sabin A Joseph 703-704-0822 sabin.a.joseph.civ@mail.mil Contracting Office Address: ACC-APG-Belvoir, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863 Place of Performance: PM Ground Sensors, 10221 Burbeck Road, Building 399, Fort Belvoir VA 22060-5806 Additional Info: Additional documentation Contracting Office Address: ACC-APG-Belvoir, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863 Point of Contact(s): Zun Z Lin, 703-704-0848 ACC-APG-Belvoir
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b0cc51d599bdd983ab209a46f3fed38f)
 
Record
SN04356619-W 20161222/161220234931-b0cc51d599bdd983ab209a46f3fed38f (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.