Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2017 FBO #5713
SOURCES SOUGHT

69 -- VISMODS OPFOR

Notice Date
7/13/2017
 
Notice Type
Sources Sought
 
NAICS
336390 — Other Motor Vehicle Parts Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-17-VISMODS-0001
 
Archive Date
8/29/2017
 
Point of Contact
Felecia C. Charles, Phone: 4073845036
 
E-Mail Address
felecia.c.charles.civ@mail.mil
(felecia.c.charles.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS: The Army Contracting Command - Orlando, Florida (ACC-ORL) is seeking to identify sources capable of providing near-peer Opposing Force (OPFOR) visual modifications (VISMOD) platforms. PRELIMINARY PROPOSED REQUIREMENT: BTR-90 A quantity of thirty (30) BTR-90 Armored Personnel Carrier (APC) VISMODS. The BTR-90 VISMOD is a tactical training device used to simulate and incorporate the visual and acoustic effects of a BTR-90 used during military field training. The BTR-90 VISMODS shall be used during periods of limited and unlimited visibility. The thirty (30) BTR-90 VISMOD requirement shall be divided between fifteen (15) BTR-90 fabricated in a woodland camouflage pattern and fifteen (15) fabricated in a desert camouflage pattern. The BTR-90 VISMOD design and materials shall withstand the rigors of multiple-day, continuous operations in a desert, woodland, or urban environment in all weather conditions. All materials shall be of durable material to prevent rip, tears, punctures and rusting. The BTR-90 VISMOD shall be exportable and configured for box storage and transportable with commercial and military vehicles. Delivery Requirements: 1. First Article acceptance by 30 March 2018. This delivery shall include four woodland camouflage designs and four desert camouflage designs. 2. Delivery Option One by 31 October 2018. This delivery shall include six woodland camouflage designs and six desert camouflage designs. 3. Deliver Option Two by 30 March 2019. This delivery shall include five woodland camouflage designs and five desert camouflage design. T-72 A quantity of thirty (30) T-72 Main Battle Tank visual modifications (VISMODS). The Tank VISMOD is a tactical training device used to simulate and incorporate the visual and acoustic effects of a T-72 Main Battle Tank used during military field training. The Tank VISMODS shall be used during periods of limited and unlimited visibility. The thirty Tank VISMODS requirement shall be divided between fifteen Tank fabricated in a woodland camouflage pattern and fifteen fabricated in a desert camouflage pattern. The Tank VISMOD design and materials shall withstand the rigors of multiple-day, continuous operations in a desert, woodland, or urban environment in all weather conditions. All materials shall be durable to prevent rip, tears, punctures and rusting. The Tank VISMOD shall be exportable and configured for box storage and transportable with commercial and military vehicles. Delivery Requirements: 1. First Article acceptance by 30 March 2018. This delivery shall include four woodland camouflage designs and four desert camouflage designs. 2. Delivery Option One by 31 October 2018. This delivery shall include six woodland camouflage designs and six desert camouflage designs. 3. Deliver Option Two by 30 March 2019. This delivery shall include five woodland camouflage designs and five desert camouflage design GENERAL INFORMATION: This Sources Sought Notice (SSN) is issued solely to gather information for planning and market research purposes, and does not constitute a solicitation. This is NOT a Request for Proposals (RFP); and therefore the Government will not award a contract on the basis of this notice. All information submitted in response to this request shall become the property of the Government and will not be returned to the submitter. Respondents will not be notified of the results of the review of the information provided, but may be contacted for additional information for clarification. The Government anticipates awarding a Firm Fixed-Price (FFP) type contract for this effort, however the contract type is subject to change at the discretion of the Government. The Government encourages industry to provide comments and suggestions relating to acquisition strategy to include: Contract type, contract structure, teaming arrangements, Small Business participation/set asides, etc. RESPONSE INSTRUCTIONS: The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are not capable of performing the entirety of the work described, provide a response for the specific aspects of the proposed requirement that you are capable of providing. Submit Sources Sought responses and comments via email. Use MSOffice 2013 compatible (.xlsx,.docx or.pptx) or Adobe Acrobat 9 Pro (.pdf) formats. Email transmissions must not exceed 5 megabytes and responses in the form of white paper should be limited to 20 pages in length and may include technical specifications and product sheets as deemed necessary. All material submitted in response to the Sources Sought must be unclassified. Minimum acceptable font size is 12 Times New Roman. All documents should be typed in single space, single sided pages, with a minimum of one (1) inch margins all around. Provide a cover sheet which shall include the following company information: Company name, address, URL, POC name and email address, Commercial Government Entity (CAGE) code number, Data Universal Numbering System (DUNS) Number, business type and size, and a statement if your firm is or is not foreign owned, foreign controlled, or has foreign influence. NAICS Code: 336390 - Other Motor Vehicle Parts Manufacturing -Size standards in number of employees. - 1000. The Government anticipates that this will be a Total Small Business Set-Aside. ANSWER THE FOLLOWING QUESTIONS: 1. What are your company's capabilities to deliver VISMOD platforms to replicate a near-peer Opposing Force (OPFOR)? 2. What is your firm's capability to simulate and incorporate the visual and acoustic effects of a BTR-90 used during military field training? 3. Describe your firm's applicable capabilities related to the enclosed DRAFT PWS and related Past Performance and/or current work experience your company has performing a program of this type, complexity, and of a similar nature (to include contract name/number, customer name/contract information, period of performance, and a brief description of the related services). Past Performance should be recent (meaning contract is ongoing, or, if the contract has ended, the contract end date shall be no more than two years prior to this SSN posting date). Please indicate whether or not you were a prime contractor. Please describe your effort and role. 4. Describe your firm's perspective on effective strategies for satisfying this requirement, focusing on real-world and/or conceptual solutions, and relevant lessons learned that address the Government's requirements. Describe the basis behind the recommendation and the expected outcomes. Outcomes should be rationalized and articulated in terms of the costs and benefits to the Government. 5. Provide evidence that the offeror's BTR-901 or T-72 VISMOD is qualified for use by the Army National Guard Collective Training Branch (ARNG-TRC). This can either be a complete collection of qualification test and analysis data, or a signed statement of Quality Assurance. Provide any other pertinent information that will assist the Government in this assessment. 6. State whether or not you are a Small Business; HUB-Zone Small Business; Service-Disabled Veteran Owned, Veteran-Owned Small Business; or Small Disadvantaged Business in order to assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. DISCLAIMER: This notice is issued solely for information and planning purposes and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this notice is strictly voluntary and 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 notice or the Government use of such information. This notice is not tied to any current request for proposals (RFP). Not responding to this notification does not preclude participation in any future RFP or other solicitation, if any is issued. The information provided in this notice is subject to change and is not binding on the Government. The Government does not intend to award a contract on the basis of this notice. Feedback and/or evaluation information will not be provided to any firm regarding their individual Capability Statements. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ca654bd1351fa4bca4ecf3d285290f18)
 
Place of Performance
Address: Boise, Idaho, United States
 
Record
SN04578069-W 20170715/170713235108-ca654bd1351fa4bca4ecf3d285290f18 (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.