Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2017 FBO #5850
SOURCES SOUGHT

14 -- Depot Level Diagnostic Repair and Return (R&R) of PATRIOT Missile Weapon System diagnosis for foreign military sales

Notice Date
11/27/2017
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land Aberdeen, 6001 Combat Drive, Room C1-301, Aberdeen Proving Ground, Maryland, 21005, United States
 
ZIP Code
21005
 
Solicitation Number
SPRBL11-8-R-0027
 
Archive Date
12/20/2017
 
Point of Contact
Johnny Woods, Phone: 4438614528
 
E-Mail Address
johnny.woods@dla.mil
(johnny.woods@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This is a sources-sought announcement only for informational and planning purposes and does not constitute a solicitation. This Request for Information (RFI) is being issued to accomplish market research and support planning for the below listed requirements. The Government will not pay for any information or reimburse any costs incurred in responding to this RFI. No solicitation is being issued at this time. All information submitted in response to this announcement is voluntary. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the FedBizOpps, www.fbo.gov.web site. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Background: The Government is seeking interested contractors to provide Depot Level Diagnostic Repair and Return (R&R) of PATRIOT Missile Weapon System diagnosis, recertification, modifications, upgrades, repair, and return of missile and ground support equipment secondary items of the Patriot weapon systems for foreign military sales (FMS) customers. The Government will not issue a Technical Data Package (TDP) for this requirement. The contractor shall furnish materials, equipment and resources required to perform depot level diagnosis and repair and return of PATRIOT Missile Weapon System of the U.S.Government. The contractor shall provide facilities and shall accomplish all repair efforts at the contractor's facilities. The performance period for this effort will commence not later than 1 July 2018. This Government requirement is to establish a Depot Level R&R program which includes inspection, testing, recertification and repair of each assembly or secondary items of the PATRIOT Missile Weapon System. The contractor is required to own Special Acceptance and Inspection Equipment (SAIE) and the required software to run the SAIE. Request that interested contractors provide the following: •1. A description of your company's expertise and experience in providing Depot Level Repair and Return of PATRIOT Missile Weapon System Assemblies and Subassemblies, which includes inspection, repair, and testing and recertification activities. •2. Describe, in general, your company's approach to developing the capability to provide Depot Level R&R activities which includes testing, repair, recertification and repair activities for a performance period beginning July 1, 2018. General: The experience/expertise description should be no longer than five pages. Send your response to the Contract Specialist, Johnny Woods, at email johnny.woods@dla.mil, no later than 4:00 p.m. on 20 November 2017. No telephone or facsimile submissions will be accepted. Responses will not be returned nor will be considered by the Government as offers. Interested firms who believe they are capable of providing the above mentioned items are invited to indicate their interest by providing the following information to the contract specialist listed below: •1. Company name, company address, overnight delivery address (if different from mailing address, Cage Code, point of contact, e-mail address, telephone number, fax number. •2. Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc.) •3. Affirmation of cleared personnel. •4. A description of the company's expertise in providing manufacturing expertise and repairing hardware as identified above. •5. The company's experience in meeting contractual due dates for similar type efforts. All responses shall be unclassified. All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. The closing date for this pre-solicitation/sources sought is 20 November 2017. The Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or any subsequent exchange of information. All responses shall be transmitted electronically to: Johnny Woods johnny.woods@dla.mil Please Note: This notice is not a Request for Proposal. This notice is provided for planning purposes and is not to be construed as a commitment by the U.S. Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/56fe2bc27b6e8b86b9cb01614b64dce2)
 
Place of Performance
Address: Redstone Arsenal, Redstone, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04749180-W 20171129/171127230900-56fe2bc27b6e8b86b9cb01614b64dce2 (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  © 1994-2020, Loren Data Corp.