Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOURCES SOUGHT

10 -- STINGER Optical Alignment Test Equipment (TE) 600

Notice Date
2/1/2018
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-18-R-0053
 
Point of Contact
Amy D. Miller, Phone: 2568763494
 
E-Mail Address
amy.d.miller41.civ@mail.mil
(amy.d.miller41.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Cruise Missile Defense Systems (CMDS) Project Office Stinger Based Systems (SBS) Product Office The CMDS Project Office is conducting market research to determine if there are potential sources with the capability to provide one (1) unit, Optical Alignment Test Equipment (TE) 600 to support the testing of Stinger missiles. STINGER OVERVIEW The Stinger Block I missile is an advanced, "fire-and-forget", short-range, man-portable, air defense weapon system. It provides low-altitude defense for ground forces against attack or aerial observation by low-flying Unmanned Aerial System (UAS), Cruise Missile, Rotary Wing, and Fixed-Wing threats. The missile utilizes a high explosive, hit-to-kill warhead. Stinger can be fired from the shoulder or from a variety of platforms to include vehicles, helicopters and UAS. Optical Alignment Test Equipment (TE) 600 The function of the Test Set Optical Alignment, TE600 is to provide additional means to test missiles in support of the Stinger Service Life Extension Program (SLEP), Stockpile Reliability Program (SRP), and other efforts. The TE600, known as a weapon test set is a system that operates on Stinger "Guided Missile, Intercept-Aerial" (GMIA) of various configurations (92E, 92F, 92H, etc.). The test set provides the means to demonstrate/prove that the GMIA functions in accordance with the performance specification. The test set is described as an assemblage of various sub-systems including weapon cooling system/coolant flow measurement, target motion control (look angle system), target system, gyro measurement, boresight detection, tracking detection, and weapon transducer measurement. Other sub-systems are power, safety interlock sensing, and weapon control functions. The test set should also be capable of testing missile trainers, i.e. captive flight trainers. In accordance with Federal Acquisition Regulation (FAR) 15.201 (e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government will not pay for information received. The Government Point of Contact is Mrs. Amy D. Miller, amy.d.miller41.civ@mail.mil CCAM-SM-A, Redstone Arsenal, AL 35898-5000. Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes: (a) The Government will not pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the FAR. (b) Although "proposal" and "offeror" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. (c) This RFI is for planning and market research purposes only and should not be considered as a request for proposals or as a solicitation to do business with the Government. The contractor will provide a total quantity of 1 Test Set Optical Alignment, TE 600, across the base year and all option/ordering period years. The contractor will furnish all services, materials, facilities and equipment and provide all technical, planning, and managing efforts needed to produce the items. RESPONSE INSTRUCTIONS Part A. Business Information: Please provide the following information for your company/institution and for any teaming or joint venture partners: 1. Company/Institute name 2. Address 3. Point of Contact 4. Cage Code 5. DUNS Number 6. Phone Number 7. E-mail Address 8. Web page URL 9. Size of business pursuant to North American Industry Classification System (NAICS) Code 334519. Based on the above NAICS Code, state whether your company qualifies as a: a. Small Business (Yes/No) b. Woman Owned Small Business (Yes/No) c. Small Disadvantaged Business (Yes/No) d. 8(a) Certified (Yes/No) e. HUB Zone Certified (Yes/No) f. Veteran Owned Small Business (Yes/No) g. Service Disabled Small Business (Yes/No) h. Central Contractor Registration (Yes/No) i. Statement describing company as domestically or foreign owned (if foreign owned, please indicate country of ownership). Part B. Capability: 1. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience (no more than five examples) on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). 3. If you were to rely on subcontractors for this effort, what subcontractors would you use to do what percentage of which portions? What are their experiences and do you already have a relationship with the subcontractor(s)? 4. Describe your company's approach and capabilities in obtaining and retaining qualified and experienced personnel. How soon could your company secure qualified personnel? Part C. Financial Capability: 1. Describe your financial capabilities to successfully perform this contract. 2. Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. SUBMISSION INSTRUCTIONS: Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. Marketing material is considered an insufficient response to this RFI. Please limit responses to electronic delivery to the following e-mail address: amy.d.miller41.civ@mail.mil. Response must include: Company name, Commercial and Government Entity (CAGE) code, classified mailing address, and appropriate point of contact information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/84b3e14aa1c778c0ee749e005805caec)
 
Place of Performance
Address: ACC-RSA - (Missile) ATTN: CCAM-SM-A, Building 5303, Martin Road, Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04806776-W 20180203/180201231342-84b3e14aa1c778c0ee749e005805caec (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.