SOURCES SOUGHT
99 -- FPAD Engineering Services, Prototyping, Testing - Fuze Portfolio
- Notice Date
- 8/1/2022 11:54:11 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USA CCDC ARMAMENTS CENTER PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-22-X-OPXM
- Response Due
- 8/22/2022 1:00:00 PM
- Point of Contact
- Mark Zator, Phone: 9737248121, Nicholas Cali, Phone: 973-724-4329
- E-Mail Address
-
mark.zator.civ@army.mil, nicholas.a.cali.civ@army.mil
(mark.zator.civ@army.mil, nicholas.a.cali.civ@army.mil)
- Description
- SOURCES SOUGHT NOTICE (SSN) Fuze and Precision Armament Development (FPAD) INTRODUCTION/BACKGROUND: FPAD�s mission is to rapidly transition advanced fuzing, networked sensing, hostile fire detection, explosive detection, aeroballistics, maneuver support and precision armaments solutions that address Warfighter capability gaps through innovative design and life cycle application of state of the art analysis, evaluation and test technology.� This is a Sources Sought (SS) being issued by the Army Combat Capabilities Development Command (DEVCOM), Armaments Center (AC), Munitions Engineering & Technology Center (METC), Fuze and Precision Armaments Directorate (FPAD).� This SS requests capability statements from potential contractors pertaining to their ability to perform a variety of engineering services supporting FPAD, as well as deliver hardware components for testing.� BACKGROUND: FPAD�s mission is to rapidly transition advanced fuzing, networked sensing, hostile fire detection, explosive detection, aeroballistics, maneuver support and precision armaments solutions that address Warfighter capability gaps through innovative design and life cycle application of state of the art analysis, evaluation and test technology.� In order to further this mission, FPAD is seeking a hybrid, Delivery Order/Task Order contract for hardware deliverables (prototypes, materials), and the engineering services.� .� � REQUIREMENTS: Responders to this SS notice are asked to provide capability statements with the following information: A narrative explaining the companies�, and specific key personnel�s� knowledge and experience, and education, related to providing engineering services for �Design, Test, and Evaluation,� �Technology Insertion,� �Product Improvement,� �Various Engineering Analysis�, �Prototype Demonstrations/Evaluation and Modeling Services,� �Scale Up Studies,� and �Direct Project Support.�� In addition to the engineering support, describe abilities related to providing hardware deliverables (prototypes, materials), related to fuzing, munitions power, and precision armaments; Past performance information related Department of Defense contracts relevant to the engineering services, and hardware prototype deliverables, described in this notice; Any other new or novel information on technology, or services related to the fuzing or munitions power portfolio; or in the portfolio of weapon systems supported by fuzing. Assessing this information in relation to the organizations strategy may result in consideration of additional requirements in any Solicitation.��� A ROM of the average rate for these types of services.� Note:� This is just for information purposes to facilitate internal budget discussions.� A price evaluation will not be conducted.� Information on facility clearance level (secret, top secret, ect), or ability to obtain this level clearance.� CONTRACT STRATEGY: This office does not dictate final decisions related to the contract strategy.� However, future planning with Army Contracting Command � New Jersey (ACC-NJ) is anticipated as it relates to contract strategy.� At this time, should requirements formally materialize, this office envisions exploring a five (5) year, Indefinite Delivery, Indefinite Quantity, Firm Fixed Price, Cost Plus Fixed Fee Hybrid contract.� Delivery and/or Task Orders would then be issued, and competed to all eligible base awardees.� The Delivery Order/Task Order competitions are anticipated to be best value tradeoff and/or lowest priced technical acceptable.� Stream-lined ordering procedures included in FAR PART 16 may also be considered for use depending on the complexity of requirements.� Initial plans include the intent to award up to five (5) base contracts.� The anticipated minimum contract value is $10,000.� This is subject to change as the contract strategy finalizes. The maximum contract value is $10,000,000.� This is subject to change as the contract strategy finalizes. NOTICE OF LIABILITY: This is not a formal solicitation.� This is a SS for market research purposes.� Any response to this SS is at the sole-discretion of the contractor.� No remittance payment will be made for any information sent in response to this SS.� Information submitted in response to this SS may be used for procurement planning purposes.� The information received by the Government will not be released to third parties.� For purposes of this SS, �third parties,� is defined as outside the Government. Interested parties should be cognizant of the �beta.sam.gov� portal, and of the acquisition process to ensure responsiveness to any opportunities related to issuance of a formal solicitation.� The website for Beta. Sam is as follows - https://sam.gov/.� At this time, although planned for, a formal solicitation is not definitive.� Responders to this Sources Sought are responsible for proper handling of distribution controlled data, CUI, or other proprietary information.� ADMINISTRATIVE: Request that all responses include the following information: �Full Company Name (Legal Entity): �Cage Code: �Website (if applicable): �Contact Information: The point of contact for response is Mark P. Zator, DEVCOM AC, METC, FPAD, and Procurement Coordinator.� Email address is:� mark.zator.civ@mail.mil.� Phone is:� 973-724-8121.� The requested response date is three (3) weeks from posting of this announcement.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ba705ddfe64c42d480ff8c6c68f2ccc3/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06409942-F 20220803/220801230136 (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 |