Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOURCES SOUGHT

99 -- M&R on Existing D4DG1 and D4DG2 Data Acq System

Notice Date
1/24/2020 8:21:07 AM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
PANAPG-20-P-0000006506
 
Response Due
2/9/2020 11:00:00 AM
 
Archive Date
02/24/2020
 
Point of Contact
Ngoc-Minh Shinohara, Esther Casari
 
E-Mail Address
ngoc-minh.t.shinohara.civ@mail.mil, esther.casari.civ@mail.mil
(ngoc-minh.t.shinohara.civ@mail.mil, esther.casari.civ@mail.mil)
 
Description
������������������������������������������������������� SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES General Information ��������� Document Type:������������������ Sources Sought Notice ��������� Posted Date:������������ ���������� 09 February2020 ��������� Response Date:������ ����������� 09 February 2020 �������� NAICS Code:�������������������� �334519, Other Measuring and Controlling Device Manufacturing INTRODUCTION The Aberdeen Test Center (ATC) and the Army Contracting Command � Aberdeen Proving Ground (ACC-APG), is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for labor, parts and materials for maintenance and repair of existing D4DG1 and D4DG2 data acquisition systems, including system subcomponents, on an �as needed� basis. The intention is to procure these services on a competitive basis. 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. 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 their submissions. ������������������������������������������������������������������������������������� �PLACE OF PERFORMANCE Location��������������������������������������� % On-Site Government����������������������������������������������� % Off-Site Contractor Within the United States����������������������� 0%�������������������������������������������������������������������������������������� 100% 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. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND The D4D data acquisition systems is designated as the data acquisition for Anthropomorphic test devices (ATDs) in assessing injury criteria to crew members in vehicular live fire survivability testing. These tests include static and dynamic vehicle operation, requiring compact stand-alone data acquisition systems. Proper servicing and maintenance of these data systems is critical for test fidelity and data quality. REQUIRED CAPABILITIES The Contractor shall provide engineering and technical services in support of the areas specified in Program Background as follows: Contractor shall provide per call (Time & Materials) repair and calibration, and materials for the following Government-owned equipment and subcomponents: D4D Generation 1 data acquisition systems, serial numbers 001, 002, 003, 004, 005, 006, 008, 009, 011, 012, 013, 014. �D4D Generation 2 data acquisition systems, serial numbers 001, 002, 003, 004, 005, 006, 007, 008, 009, 010, 011, 012, 101, 102, 103, 104, 105, 106, 107, 108, 109, 110, 111, 112, 113, 114, 115, 116, 117, 118, 119, 120, 121, 122, 123, 124, 125, 126, 127, 128, 129, 130. � Equipment requiring service will be identified by the Government and shipped to the Contractor�s offices for services following issuance by the Contractor of an RMA number for tracking of the services. Contractor shall evaluate the service required, and supply the Government with a quotation for the specific repair. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Point of Contact: Company: Address: CAGE Code DUNS Number Point of Contact: Phone Number: Fax Number: Email Address: 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated. 2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. 3) Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation. 4) Provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS:� ��Service Contract Act ELIGIBILITY The applicable NAICS code for this requirement is 334519, Other Measuring and Controlling Device Manufacturing, with a Small Business Size Standard of 500 employees. The Product Service Code is H166, Services/Instruments and Laboratory 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 (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST, on 09 February 2020. All responses under this Sources Sought Notice must be e-mailed to Ms. Ngoc-Minh Shinohara: ngoc-minh.t.shinohara.civ@mail.mil �This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) What specific technical skills does your company possess which ensure capability to perform the tasks? 4.) Please note that under a Small-Business Set-Aside, 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. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 5.) Provide a statement including current small/large business status and company profile to include CAGE code and DUNs number. 6..) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. The estimated period of performance consists of Base Year plus 2 options with performance commencing in April 2020. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Time and Material (T&M). The Level of Effort is for ONE Base Year plus 2 Option Years and is estimated at 560 man-hours per year. The proposed contract is anticipated to include taskings that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Ngoc-Minh Shinohara, in either Microsoft Word or Portable Document Format (PDF), via email: ngoc-minh.t.shinohara.civ@mail.mil �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. �No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/615828133feb40d9b5864859f4802268/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05543542-F 20200126/200124230150 (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.