Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2017 FBO #5875
SOURCES SOUGHT

J -- Robotice Systems Sustainment

Notice Date
12/22/2017
 
Notice Type
Sources Sought
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - WRN (W56HZV)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV18RENDE
 
Archive Date
1/16/2018
 
Point of Contact
Kyle Y. Papke, Phone: 5864676122, TUYEN SKORUPSKI,
 
E-Mail Address
kyle.y.papke.civ@mail.mil, TUYEN.SKORUPSKI.CIV@MAIL.MIL
(kyle.y.papke.civ@mail.mil, TUYEN.SKORUPSKI.CIV@MAIL.MIL)
 
Small Business Set-Aside
N/A
 
Description
I. Description of Intent This notice is to gauge the availability of vendors that are capable and interested in meeting the Government's requirement for multiple robot variants and every part available to sustain, maintain, reset and recap each robotic platform listed below. The Robot Logistic Support Center (RLSC) overall requirement for robots include 310 Small Unmanned Ground Vehicle (SUGV),110 First Look, 510 PackBot Explosive Ordnance Disposal (EOD), 510 PackBot Chemical, Biological, Radiological, Nuclear (CBRN), 510 PackBot FasTac, 510 PackBot Engineer, 510 PackBot HazMat, and 710 Kobras and all associated parts for each variant to sustain, reset and recap in support of RLSC, Customers and Foreign Military Sales (FMS) cases. II. General Information: RLSC is issuing a Sources Sought Notice as a means of conducting market research only to identify parties having an interest and the resources to support this requirement. The information gained will be used for preliminary planning and to determine the availability of qualified contractors to provide these robotic systems, parts, and to perform the training classes. The information received will be used by the Government to facilitate the decision-making process and if a solicitation is issued subsequent to this notice, information received from respondents will aid in the decision of whether to issue a solicitation as a competitive set-aside for qualified Small Businesses, Vendors with General Services Administration (GSA) Schedules, or whether to issue the solicitation as an unrestricted full and open competition. The Government assumes no financial responsibility for cost incurred with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal (RFP) and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results regarding the sources sought. Any subsequent contract would be Firm-Fixed Price with a period of performance of five years from the date of award. All variants of robots, every part associated with each variant to complete all sustainment, maintenance, reset and recap actions, and the two FMS training classes will be incorporated into the potential contract as a Master Parts List (MPL). III. Submission Instructions: All responding to this notice shall provide specific information to include a summary of its company's capabilities. Information to be provided shall include a Capability Statement which demonstrates the skills, experience, knowledge, and capabilities necessary to perform the Government's requirement to provide all associated parts to sustain, maintain, reset, and recap each listed robotic platform, as well as the ability to provide the FMS training classes. Statements should address the contractor ability to obtain the relevant MPL. The contractor shall address how it plans to ensure that the parts and all robotic platforms will comply in all respects with the manufacturer's performance requirements for each part number and its plan for communicating with the Government regarding any required updating of the MPL as needed for part numbers or nomenclatures to ensure a complete Bill of Material (BOM). The contractor response should list the firm's specific skills, experience, knowledge, and capabilities to complete these requirements, including, but not limited to a description of corporate experience with similar projects. The Capability Statement should include: 1. Contact information including: Company Name: Address: Point of Contact: Phone Number: Email Address: DUNS/Cage Code: Website Address: Type of Organization: Business Type(s): [ ] Large Business (LB), [ ] Small Business (SB), [ ] HUBZone (HZ), [ ] Service Disabled Veteran Owned Small Business (SDVOSB), [ ] Woman Owned Small Business (WOSB), [ ] 8(a) Business Development Program, [ ] Small Disadvantaged Business (SDB), [ ] Veteran Owned Small Business (VOSB). 2. A statement indicating if your company possesses the capability to provide the entire range of parts/services called for in this requirement. Does your company have the ability to provide any, some, or all of the parts/services of this requirement? Provide a table to list each part/service you are capable of providing. 3. Does your company have experience as a prime contractor providing the parts and performing services of the same or similar type effort(s) (to include size and complexity) within the past five years? If yes, please provide the following information: Contract number(s): Dollar value(s): Point of Contact (POC): POC Email address: POC Phone number: Brief description of your direct support of the effort: Similarity of scope, effort, complexity: 4. Potential sources should only submit the minimum information necessary and shall not exceed ten pages. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding its submissions. The Government may contact potential sources for additional information as required. 5. Interested parties are encouraged to be registered in the System for Award Management, www.sam.gov prior to responding to this Sources Sought Notice. 6. Interested parties that consider themselves qualified to perform the above listed requirements are invited to submit a response to this Sources Sought no later than 11:59pm EST 01 January 2018. 7. Responses to this Sources Sought Notice shall be submitted via email to Kyle Papke at kyle.y.papke.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bd71d3e818eade42393d39bd4489e4ba)
 
Record
SN04775699-W 20171224/171222231159-bd71d3e818eade42393d39bd4489e4ba (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.