Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 03, 2020 SAM #6883
SOURCES SOUGHT

H -- H-60 Medical Evacuation (MEDEVAC) Talon FLIR Repairs

Notice Date
10/1/2020 11:55:01 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
PANRSA-21-0000
 
Response Due
10/30/2020 10:00:00 AM
 
Archive Date
11/14/2020
 
Point of Contact
Ashley Gizas, Phone: 2566567332, LaNita McGraw-Holloway, Phone: 2568764710
 
E-Mail Address
ashley.n.gizas.civ@mail.mil, lanita.m.mcgraw-holloway.civ@mail.mil
(ashley.n.gizas.civ@mail.mil, lanita.m.mcgraw-holloway.civ@mail.mil)
 
Description
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR H-60 MEDICAL EVACUATION (MEDEVAC) TALON Forward Looking Infrared (FLIR) REPAIRS INTRODUCTION The Army Contracting Command - Redstone, Redstone Arsenal, AL�is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest in and the resources to support the requirement for United States (U.S.) Army�s H-60 MEDICAL EVACUATION (MEDEVAC) Talon FLIR repairs and if so, the feasibility of a competitive acquisition. 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 submissions. PLACE OF PERFORMANCE The place of contract performance is to be determined though its feasible performance could be a mix of both contractor premises and designated Government locations, as necessary. 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. RESPONSES 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 H-60 MEDEVAC Product Office is designated as the product manager for the U.S. Army�s H-60 MEDEVAC aircraft and will be the recipient customer of the services sought.� The Government is seeking repairs to the TALON FLIR, a component utilized on the H-60 MEDEVAC helicopter. REQUIRED CAPABILITIES The Contractor shall furnish all services, facilities, labor, parts, materials, equipment, tools, and data necessary to accomplish the inspection and repair required to return the items to condition code A as defined by Army Regulation 725-50 Services in support of the areas specified in Program Background (above). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 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; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Berry Amendment Service Contract Act Government Furnished Property plan Various CDRLs/TopVue Environmental Contractor Manpower Reporting ELIGIBILITY The applicable NAICS code for this requirement is 334511 with a Small Business Size Standard of 1250. The Product Service Code is J058. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Ashley Gizas, in either Microsoft Word or Portable Document Format (PDF), via email ashley.n.gizas.civ@mail.mil no later than 12:00 p.m. CST on 30 October 2020 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a0225c0b664c4c79bdd6385f9c3cf6e4/view)
 
Record
SN05817315-F 20201003/201001230154 (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.