Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
MODIFICATION

69 -- Multi-Purpose Canine Tactical Equipment

Notice Date
1/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-18-T-RDPE
 
Point of Contact
Valaida J Bradford, Phone: 910 3960560, Jennifer Payne, Phone: 9104326978
 
E-Mail Address
bradforv@socom.mil, jennifer.payne@socom.mil
(bradforv@socom.mil, jennifer.payne@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Regimental Dog Program (RDP) Multi-Purpose Canine (MPC) Tactical Equipment Sources Sought H92239-17-T-RDPE THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER a REQUEST FOR INFORMATION (RFI) (Reference number H92239-17-T-RDPE) that will allow the Government to identify interested sources capable of meeting this requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this notice, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation. The United States Army Special Operations Command (USASOC) is seeking to identify all responsible sources capable of providing MULTI-PURPOSE CANINE TACTICAL EQUIPMENT in support of the 75TH Ranger Regiment s Regimental Dog Program (RDP), Regimental Special Troops Battalion (RTSB) in accordance with the attached DRAFT Statement of Work. (SOW). The Contractor shall provide the required items in support of the MPC's in accordance with mission specific requirements identified in the SOW. The vendor will be responsible for all travel and lodging for contracted personnel traveling to Fort Benning Georgia as stated in the SOW. The contractor shall perform in accordance with (IAW) the terms and conditions of the contract and consistently with the established requirements in the Draft SOW. The Contractor shall be able to provide the following 1. Tactical Vests which shall facilitate the insertion and employment of MPCs in support of Ranger Operations 2. MPC Camera System which shall provide real-time video to the MPC handler during Ranger Operations 3. MPC Sensor System which shall provide increased capabilities to the RDT during Ranger Operations 4. Custom sizing and fabrication of vests to MPCs during the Regimental Advance Handler Course 5. Awareness of current tactics, techniques and procedures The DRAFT SOW provides a complete list of objectives for the Contractor. All work in support of this requirement shall be accomplished at Fort Bragg, N.C. Interested sources capable of fulfilling this requirement shall submit documentation addressing all elements listed herein: providing only a reference to a website is unacceptable for purposed of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material. Contractors interested in providing this service should be registered in the System for Award management at (www.sam.gov) Sources should submit a thorough narrative that clearly demonstrates their corporate capabilities and ability to perform the tasks as listed in support of the Regimental Dog Program MPC Tactical Equipment requirement and a summary of relevant experience of providing this equipment. The narrative should also include current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance and a brief description of the services. Interested parties are requested to submit a capabilities statement of no more than five (5) pages that demonstrates the respondent's ability to meet the requirements as specified herein. Contractors responding to this RFI are requested to provide the 1) No more than five (5) pages that demonstrate the respondents ability to meet the requirements as specified herein 2) Company's full name of the firm, address POC, phone/fax number and email address. 3) Cage code, DUNS number 4) Applicable North American Industry Classification Standards (NAICS) and business size (whether they are large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, Service-Disabled Veteran Owned Small Business, Historically Black College or University (HBCU) and or a minority service institute). Respondents should advise the Government of pending changes in the business size status. RESPONSE ARE DUE: Responses shall be submitted electronically via email to Mrs. Valaida Bradford, bradforv@socom.mil and Mrs. Jennifer Payne at Jennifer.payne@socom.mil. Due to the intermittent nature of electronic communication, it is the vendor's responsibility to ensure receipt of all e- mail correspondence. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. All responses shall be submitted by 10:00 a.m. EST, 19 January 2018 and shall include reference number H92239-18-T-RDPE in the subject line and submission documents. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Respondents will NOT be notified of the results.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-18-T-RDPE/listing.html)
 
Place of Performance
Address: HQ USASOC, FT BRAGG, North Carolina, 28304, United States
Zip Code: 28304
 
Record
SN04788002-W 20180113/180111231357-ef4cd9d3df081ebdaa591dc2d8833a6d (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.