Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 30, 2017 FBO #5851
SOURCES SOUGHT

84 -- Non-Lethal Capabilities Set - Attachment 01 Table 01 - Attachment 02 Table 02

Notice Date
11/28/2017
 
Notice Type
Sources Sought
 
NAICS
453998 — All Other Miscellaneous Store Retailers (except Tobacco Stores)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-18-X-00U1
 
Archive Date
1/24/2018
 
Point of Contact
Alejandra R. Avila, Phone: 9737246991, Tina G. Gopon, Phone: 9737243516
 
E-Mail Address
alejandra.r.avila.civ@mail.mil, tina.g.gopon.civ@mail.mil
(alejandra.r.avila.civ@mail.mil, tina.g.gopon.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is Table 02- Non-Lethal Capabilities Set referenced in Sources Sought. This is Table 01 -National Guard Reaction Force (NGRF) Crowd Control Support Module referenced in Sources Sought. SOURCES SOUGHT TECHNICAL DESCRIPTION FOR NON-LETHAL EQUIPMENT W15QKN-18-X-00U1 INTRODUCTION The Army Contracting Command - New Jersey is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest in providing the non-lethal customized equipment modules in Attachment 01 and integrate into Quadcon containers for delivery to a variety of CONUS locations based on U.S. Army mission needs: **PLEASE SEE ATTACHMENT 01 (TABLE 1 -National Guard Reaction Force (NGRF) Crowd Control Support Module)** for listing. In addition to acquiring all of the various commercially available hardware items the contractor shall be able to: •Integrate items into a module configuration utilizing Quadruple Containers (QuadCons - NSN 8115-01-474-7089) with customized racks for storage of Riot Control Shields and Pelican Type (wheeled, molded plastic with airtight seal, watertight gasket and barometric relief valve made of waterproof, breathable membrane) Cases for all other equipment. The packaging will incorporate a mobile, lightweight minimal footprint which accommodates quick ease of access. •Accommodate an open systems approach that allows for technological upgrade to the items in the modules or later additions to the modules as well as retro-active technical and warranty support of previously fielded modules. •Act as a warranty administrator for the various items that comprise the different modules. •Provide follow-on support such as item refurbishment, repair, training and inventory management to include: -Performing hardware inspections -Making buy vs. repair decisions in the best interest of the Government -Purchasing follow-on replacement quantities -Item Unique Identification (IUID) marking and registry information •Identify legally compliant techniques for handling of hazardous materials •CONUS and OCONUS shipment of modules (to include current and future theater of operations) •Disposal and demilitarization of items in the modules The contractor shall also be responsible for commercial packaging recommendations in addition to being responsible for the safety and security of Government Furnished QuadCons while in the possession of the contractor. The contractor shall provide information regarding their ability to produce a minimum of 25 modules per month and indicate their anticipated maximum monthly production rate. The contractor shall also have the ability to integrate potential new tems into alternate module configurations based on possible future mission needs for such applications as: entry control points, convoy operations, dismounted operations (urban patrolling and clear facilities). The modularization concept will be based on below defined mission areas and utilize Quadruple Containers (QuadCons - NSN 8115-01-474-7089) with customized racks for storage of Riot Control Shields and. Pelican Type (wheeled, molded plastic with airtight seal, watertight gasket and barometric relief valve made of waterproof, breathable membrane) Cases for all other equipment. The packaging will incorporate a mobile, lightweight minimal footprint which accommodates quick ease of access. The components in Attachment 02 are the minimum envisioned and specific quantities may be variable dependent upon mission. **PLEASE SEE ATTACHMENT 02 (TABLE 2 -Non-Lethal Capabilities Set )** The contractor shall also have the ability to conduct potential refurbishment tasks which would include the following: •Tear down and evaluation of individual components •Determination of serviceability •Repair and replacement of individual components PROGRAM BACKGROUND U.S. operating forces have been utilizing non-lethal capabilities as part of their escalation-of-force options to minimize casualties and collateral damage for the past two decades. Non-lethal capabilities provide escalation-of-force options when lethal force is not the best first response. These capabilities assist warfighters in discerning intent, delaying and deterring individuals, and discriminating targets in a variety of missions ranging from full-scale combat to humanitarian relief-all while minimizing casualties and damage to property. Versatile packages can be assembled to contain mission-specific equipment designed to provide recipients with non-lethal counter-personnel and counter-materiel capabilities for use in missions ranging from humanitarian relief to combat operations. 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. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Unclassified. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY The applicable NAICS code for this requirement is 453998 with a Small Business Size Standard of 7.5 Million in average annual receipts. The Product Service Code (PSC) is 8465. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten (10) 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Alejandra Avila, in either Microsoft Word or Portable Document Format (PDF), via email alejandra.r.avila.civ@mail.mil no later than 4:00 p.m. Eastern on 09 January 2018 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, and assembly process, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, 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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5b43641fd7f1a97f9c7357909dbaacf6)
 
Record
SN04750741-W 20171130/171128231702-5b43641fd7f1a97f9c7357909dbaacf6 (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.