Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2019 SAM #6600
SOURCES SOUGHT

13 -- Render Safe Sets Kits and Outfits (RS SKO)

Notice Date
12/23/2019 7:43:01 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-X-08ML
 
Response Due
11/20/2019 12:00:00 PM
 
Archive Date
12/05/2019
 
Point of Contact
Eric German, Contract Specialist, Phone: 9739199387
 
E-Mail Address
eric.r.german.civ@mail.mil
(eric.r.german.civ@mail.mil)
 
Description
Render Safe Sets Kits and Outfits (RS SKO) Sources Sought The U.S. Army Contracting Command - New Jersey (ACC-NJ) on behalf of the Office of the Project Manager for Close Combat Systems (OPM-CCS) is issuing this Sources Sought notice as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide Commercial Off the Shelf (COTS) components for use in Render Safe Sets Kits and Outfits (RS SKO). The result of this market research will contribute to determining potential alternative sources of supply, and the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition, should the Government pursue a contract. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The RS SKO provides capabilities needed for Explosive Ordnance Disposal (EOD) teams to render safe US and foreign ordnance and improvised explosive devices (IEDs), enabling ground forces commanders to retain freedom of maneuver and secure lines of communications. The kit equips the team with lowlight visual augmentation system, electronic countermeasures, buried IED detection, dismounted X-Ray imager, X-Ray generator, trace detection of explosives, chemical, biological, radiological, nuclear agents, and drugs, unmanned aerial systems, power management, gamma and neutron search and detection, and render safe initiation. The kit equips the three (3) EOD teams in a platoon. This requirement is for sources of the components listed below only. Assembly of the items into the final kit is performed under a separate effort and is not a required capability for this effort. REQUIRED CAPABILITIES The Government estimate requires one hundred and seventy six (176) complete kits. Additionally, components of the kit are required for EOD Team leaders assigned to advise the Security Force Assistance Brigades (SFABs) to maintain proficiency. The capabilities needed include electronic countermeasures, dismounted X-Ray imager, and the X-Ray generator. Kit components and quantities are included in the charts below. The intent of this Sources Sought is to assess the market and the technology available in surface use explosive ordnance disposal tools and equipment products that could be applied to meet this requirement. The Government envisions a solution for components of the RS SKO that meets the following operational and program requirements. Quantity per kit: Capability� � � � � � � � � � � � � � � � � � � � � � � �Quantity Per Kit # Kits Total for Procurement 1 Gamma/Neutron Radiation Detection� � � � � � � � 3� � � � � � �176� � � � � � � �528 2 Dismounted Buried IED Detection� � � � � � � � � � �3� � � � � � �176� � � � � � � �528 3 X-Ray Generator� � � � � � � � � � � � � � � � � � � � � � � 3� � � � � � �176� � � � � � � �528 4 Dismounted X-Ray Processor/Imager� � � � � � � � 3� � � � � � �176� � � � � � � �528 5 Trace detection of explosive, CBRN, and drug� � 3� � � � � � �176� � � � � � � �528 6 Low Light Visual Augmentation System� � � � � � �6� � � � � � �176� � � � � � � 1056 7 Unmanned Aerial System MICRO� � � � � � � � � � � 3� � � � � � �176� � � � � � � �528 8a Electronic Countermeasures� � � � � � � � � � � � � �3� � � � � � �176� � � � � � � �528� �(dismounted operations protection) 8b Electronic Countermeasures� � � � � � � � � � � � � �3� � � � � � �176� � � � � � � �528 (localized incident site protection) 9 Render Safe/Initiation� � � � � � � � � � � � � � � � � � � �3� � � � � � �176� � � � � � � 528 10 Power management controller/device� � � � � � � �3� � � � � � �176� � � � � � � 528 Please see Attachment 0001 to this Notice with detailed threshold and objective descriptions of these items. Commercial Off the Shelf. The Components of the RS SKO should be a COTS item to the maximum extent possible. QUALIFICATION STANDARDS Contractor shall list and/or demonstrate any applicable commercial or Government qualification standards that they comply with. MAINTENANCE, INSPECTION AND REPAIR The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. Contractor shall provide information on how the user would maintain/inspect the equipment to ensure the components are in working condition upon receipt. SPECIAL REQUIREMENTS There is no security classification for the components listed above. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY The applicable North American Industrial Classification System (NAICS) code for this requirement is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a Small Business Size Standard of 1,250 employees. The Product Service Code (PSC) is 1385- Surface Use Explosive Ordnance Disposal Tools and Equipment. Businesses of all sizes are encouraged to respond. However, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS If your organization has the potential capacity to provide the components, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, current business size status and company profile to include number of employees, annual revenue history, office locations, Dun and Bradstreet (DUNs) number, Commercial and Government Entity (CAGE) code; 2) Tailored capability statements addressing the particulars of this effort, demonstrating the ability to provide any or all of the components listed above. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; 3) Provide an explanation of your company's ability to perform 50% or more of the tasking described above. Note that should any subsequent requirement be set aside for Small Business, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Interested parties are requested to submit their capabilities statement in contractor format, no less than 10 point font. The deadline for response to this request is no later than 1500 EST 20 November 2019. All responses under this Sources Sought Notice must be e-mailed to Eric German, Contract Specialist, ACC-NJ-MC; email - Eric.r.german.civ@mail.mil. Reference the Sources Sought number W15QKN-20-X-08ML in the Subject line. Email submittals are restricted to a maximum file size of eight (8) Megabytes (MB). In the event that the mail submission is larger than 8MB, separate into several emails or contact the Contract Specialist for additional instructions. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. No phone calls will be accepted. All questions must be submitted to the contract specialist via email. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought notice. INDUSTRY DAY The Government has scheduled an Industry Day opportunity to engage with the Government in relation to this requirement. The RS SKO Industry Day is scheduled for Thursday the 21st of November 2019, from 0900-1500 in the Cobalt Room, Hilton Hotel located at 1 Hilton Court, Parsippany, NJ 07054. The Government will provide a short briefing on the requirements to Industry which will last approximately 30-45 minutes. The information included in this presentation will be Distribution C - Distribution authorized to U.S. Government Agencies and their Contractors. This will be followed by an open question and answer session. Questions may be submitted in writing via email to the Contract Specialist, Mr. Eric German, Eric.r.german.civ@mail.mil, no later than five (5) business days prior to the event. Following the question and answer session, individual companies may schedule a 15-20 minute block for additional questions and technical discussion with Government personnel. The presentation and individual sessions are for informational purposes to engage directly with Industry only and not to be construed as a commitment or obligation on the part of the Government. This is not a Request for Proposal and the Government is under no obligation to award a contract as a result of the Industry Day. Due to limited space, please do not send more than two (2) representatives. Companies are encouraged to submit brochures, product technical specifications, and pricing if they desire. Respondents may provide both a capability statement in response to the above Sources Sought Notice and attend Industry Day. Respondents are not obligated to provide a capability statement in order to attend Industry Day. Interested parties for Industry Day should R.S.V.P no later than 1500 Eastern Time on 7 November 2019. The Point of Contact for Industry Day (including R.S.V.P and to schedule individual sessions) is Ms. Kathy Drew, Contractor, Bowhead Program Management and Operations, LLC, email: Kathleen.drew3.ctr@mail.mil; phone: 973-724-6428. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/35210906db344f34bba987486a2d3be5/view)
 
Record
SN05523777-F 20191225/191223230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.