Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
SOURCES SOUGHT

A -- Subterranean Tunnel Detection Capability

Notice Date
5/15/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 10205 Burbeck Road, Building 362, Fort Belvoir, Virginia, 22060-5863, United States
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-18-R-C013
 
Archive Date
7/16/2018
 
Point of Contact
Christian Digbeu, Phone: 7037040816, Sabin A. Joseph, Phone: 7037040822
 
E-Mail Address
christian.y.digbeu.civ@mail.mil, sabin.a.joseph.civ@mail.mil
(christian.y.digbeu.civ@mail.mil, sabin.a.joseph.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) For Subterranean (SbT) Tunnel Detection Capability GENERAL INFORMATION Document Type: Presolicitation Notice Solicitation Number: W909MY-18-R-C013 Posted Date: 05/15/2018 Original Response Date: 06/14/2018 Current Response Date: 06/15/2018 Original Archive Date: 07/13/2018 Current Archive Date: 07/16/2018 Classification Code: 541330 Set Aside: N/A ADDRESS: U.S. ARMY CONTRACTING COMMAND - ABERDEEN PROVING GROUND, 6001 COMBAT DRIVE, ABERDEEN PROVING GROUND, MD 21005-3013 DESCRIPTION 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. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Army Single Face to Industry (ASFI). It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Responses are due by 1600 EST 15 June 2018. Please submit all RFI's to Christian Digbeu, Contract Specialist, christian.y.digbeu.civ@mail.mil and Sabin Joseph, Contracting Officer, sabin.a.joseph.civ@mail.mil. The subject line for the email submission shall read as follows: Subject : RFI: W909MY-18-R-C013- Subterranean (SbT) Tunnel Detection Capability- "Company Name". The purpose of this RFI is to identify potential commercially available sources with the technical capability to provide Product Management Force Protection Systems (PdM FPS) with a solution based on existing products to detect subterranean (SbT) voids/tunnels. Size of voids/tunnels should be assumed at a minimum of one meter by one meter, and at depths from one (1) to 366 meters in varying soil densities/geologies. The desired detectors and/or sensors shall ideally be employed as ground mobile or aerial solutions capable of SbT void/tunnel detection and capable of relaying detection data immediately to operators upon identification. The Government is also interested in static solutions that do not require permanent emplacement. The Government is interested in responses for solutions based on existing products only. No Government development funding is available now for development based on existing product. Any such activity would need to be funded exclusively at private expense. Please ensure that your responses do not include any assumptions of Government development funding or activities that would be dependent on Government development funding of any kind. The Army Contracting Command on the behalf of PdM FPS is seeking the following information: • Potential Respondents shall describe how they would propose to successfully perform these services, assuming that all services provided by Respondent would be accomplished in accordance with all applicable U.S. laws, regulations, policies, and procedures. • Potential Respondents shall describe how their existing technology performs the following tasks: a. Identifies specifications of capability that detects voids/tunnels at generally shallow subsurface depth via seismic, soil conductivity/resistivity and/or other technologies used by the oil and gas industry for exploration or by other industries for other purposes. b. Method of detection must be relatively discrete and not utilize explosives as a source of energy for detection. • Potential Respondents shall describe how proposed technology functions in regard to the following considerations: a. Environment: Austere day and night time operations in both normal and adverse weather conditions. b. Security: Must be able to operate within close proximity to Coalition Forces (CF) and Partner Nations (PN) without any compromise to sensitive technical information or classified data. c. Safety: All technology must be skin and eye safe where it poses a risk of direct exposure. • Potential Respondents shall describe the estimated time and manpower to set up the detectors and/or sensors, time and manpower to collect and analyze data for a given area, and the time and manpower to tear down the detectors and/or sensors. In addition please provide the following information: 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 541330 - Professional, Scientific, and Technical Services - Engineering services. The Small Business Size Standard for this NAICS code is $15,000,000.00. For more information, please refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business (WOSB) Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business (VOSB) Service-Disabled Veteran-Owned Small Business (SDVOSB) 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the requirement? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541330 - Professional, Scientific, and Technical Services - Engineering services? NOTE: If you are a SB, answer questions 4A & B. All others skip to Question #5. A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B. If you are a small business, can you go without a payment for 90 days? 5. Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs)? 6. If you answered "yes" to Question # 5, please provide as much of the following information as possible; A. MAC contract number(s); B. aggregate dollar value of entire MAC contract; C. aggregate dollar value of task orders you prime on each MAC; D. number of task orders you prime on MAC; E. Is the work on each MAC similar in scope to that of this requirement? 7. If your company is a large business, please explain how you will utilize small businesses in meeting these requirements. Please include a realistic goal for work as derived from this RFI and indicate whether having socio-economic subcategory goals e.g. SDB, WOSB, EDWOSB, VOSB, SDVOSB, HUBZone, etc. is feasible. If so, include those goals. 8. If you identify your company as a small business or any of the small business subcategories above, then is your company interested in a prime contract? If so, does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide. 9. Is your company currently providing similar services (to include size and complexity) to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. Please provide Contract Number, Point of Contact (POC), email address, phone number, and a brief description of your direct support of the effort? 10. What are the core competencies of your employees that would support the needs of the requirement? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 11. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are "best" estimates only. The response date for this market research is 15 June 2018. No collect calls will be accepted. All responses to this RFI may be submitted via e-mail to Sabin Joseph, Contracting Officer, at sabin.a.joseph.civ@mail.mil and Christian Digbeu, Contract Specialist at christian.y.digbeu.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/de6b0a090a8774e87041492c39e6fec5)
 
Place of Performance
Address: ACC-APG (W909MY) Belvoir, 10205 Burbeck Road Building 362, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN04923563-W 20180517/180515230931-de6b0a090a8774e87041492c39e6fec5 (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.