SOURCES SOUGHT
U -- MILO Range Pro Firearms Training Simulator Updates
- Notice Date
- 4/11/2018
- Notice Type
- Sources Sought
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Other Defense Agencies, National Geospatial-Intelligence Agency, OCSW - GEOINT/Enterprise Operations, Attn: OCSW Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238, United States
- ZIP Code
- 63010-6238
- Solicitation Number
- MILORANGEUPDATES_NGA_2018
- Archive Date
- 4/19/2018
- Point of Contact
- Jeffrey L. Frederick, Phone: 3146768231, Jeffrey H. Teague, Phone: 3146761655
- E-Mail Address
-
jeffrey.l.frederick@nga.mil, jeffrey.h.teague@nga.mil
(jeffrey.l.frederick@nga.mil, jeffrey.h.teague@nga.mil)
- Small Business Set-Aside
- N/A
- Description
- The National Geospatial-Intelligence Agency (NGA) intends to award a sole source contract to FAAC, Inc., related to system updates for existing MILO Range Pro firearms training systems (FATS). FAAC, Inc., as the manufacturer/developer of MILO Range products, is the only known vendor capable of upgrading and supporting NGA’s existing MILO Range FATS software and hardware. This contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1 and 41 USC 253(c)(1). Interested parties may identify their interest and capability to respond to the requirement with respect to the following: • NGA is exclusively seeking upgrades to existing MILO Range Pro systems in place at NGA Campus East in Springfield VA and NGA Campus West in St. Louis, MO. Any potential upgrade package must be fully, and demonstrably, compatible with the MILO Range Pro systems, including all software, hardware and other components, currently in operation. NGA does not intend to procure any new firearms simulator systems as a part of this contract action. • The FATS system is a stand-alone system that does not fit into the current IT architecture however all upgrades must fit into the physical footprint occupied by the existing MILO Range Pro systems. • Respondents must consider that the system upgrades will be installed in a classified Government facility at both locations and any visits will require pre-announced arrivals, security data such as name, place of birth/citizenship, date of birth, driver license number, and vehicle identification by plate, state and description of vehicle. Additional information may be requested. Respondent visits will be at the request of NGA Office of Protective Services or the Office of Contracting Services. Visitors will be under escort at all times. Information Required in Responses Responses must contain UNCLASSIFIED information only and be marked “UNCLASSIFIED” at least on the first page of the response. No classified information may be included anywhere in the response. Neither proprietary or classified concepts, nor classified information should be included in the submittal. Input on the information contained in the responses may be solicited by NGA from non-Government consultants/experts who are bound by appropriate non-disclosure agreements. Any response must include, at a minimum, the following information: 1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, company website, and e-mail of designated point(s) of contact. 2. Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above. 3. Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone 4. DUNS Number 5. Commercial and Government Entity (CAGE) Code 6. Defense Security Service – Top Secret Facility Security Clearance status 7. A narrative of your company’s relevant experience in installing, implementing, and providing warranty for, upgrades to existing MILO Range Pro systems. Briefly describe the scope of effort and work performed, including the number of organizations and users involved. If appropriate, include the contract/project value. For each relevant project, provide a point of contact with whom you interacted. Responses shall be in Microsoft Word for Office (2013, or newer edition) and shall not exceed 3 pages. Additional Information This notice of intent is not a request for competitive quotations; however, the Government will consider all responses received by the closing time of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. If the Government decides to compete this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603. If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply. Any response should be emailed to both Jeff Frederick ( Jeffrey.l.frederick@nga.mil ) and Jeffrey Teague (jeffrey.h.teague@nga.mil) by the date listed in this posting. NOTE: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time, and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI - all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/MILORANGEUPDATES_NGA_2018/listing.html)
- Place of Performance
- Address: OCS-W - Mail Stop L-013, 3838 Vogel Road, Arnold, Missouri, 63010, United States
- Zip Code: 63010
- Zip Code: 63010
- Record
- SN04886556-W 20180413/180411231125-0fad6f5c1c60156bc0d2d0ea2f8b4e1a (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 |