Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2022 SAM #7568
SOURCES SOUGHT

69 -- Djibouti Range in a Box (RIAB) Systems

Notice Date
8/18/2022 10:32:04 AM
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-DJIBOUTI-RIAB
 
Response Due
9/29/2022 11:00:00 AM
 
Archive Date
09/30/2022
 
Point of Contact
Purvi Kapadia, Phone: 4072083331, Glenda M. Torres, Phone: 4073843820
 
E-Mail Address
purvi.kapadia.civ@army.mil, glenda.m.torres.civ@army.mil
(purvi.kapadia.civ@army.mil, glenda.m.torres.civ@army.mil)
 
Description
SOURCES SOUGHT NOTICE INTRODUCTION: The U.S. Army Contracting Command - Orlando (ACC-Orlando) is issuing this Sources Sought Notice (SSN) on behalf of the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI) as a means of conducting market research to identify potential sources having an interest and industry technologies available to provide two Rugged Range in a Box (RIAB) Systems, Associated Equipment, Spare Parts, and New Equipment Training (NET) for the country of Djibouti.� The result of this market research will contribute to determining the method of procurement if a requirement materializes. Based on the responses to this SSN/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. 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 country of Djibouti is seeking to enhance its Live Training capabilities through the procurement of two RIAB Systems and New Equipment Training via Foreign Military Sales (FMS). The FMS Case associated with the Djibouti effort falls under 10 U.S.C. Section 333, Building Partnership Capacity (BPC).� Due to expiring funds this potential effort would need to be awarded NLT 30 SEP 2023. REQUIRED CAPABILITIES: The Government requires two RIAB Systems, Associated Equipment, Spare Parts, and New Equipment Training (NET) for the country of Djibouti.� Requirements of the effort are as follows: Two Rugged RIAB Systems. System requirements include: (2 each) Rugged Range in a Box (RIAB) - 14 Target System (each includes: (1) Hand Held Range Controller (i.e. 2-in-1 tablet PC includes additional battery and target control software), (2) Wireless Router Assemblies, (14) Target Lifting Devices (TLD) Battery Powered/Wi-Fi Controlled) (2 each) Rugged RIAB 14 off-road trailer for storage, charging, and transportation of system components (each trailer custom built based on the M101 flatbed trailer system with single axle 96�L x 84�W x 65�H and a 240 volt 18 amp AC connection port for shore power system charging) (2 each) JP8 Fuel Generator Package (2 each) Repeater Network Unit (i.e. Wireless Router Assemblies) (28 each) TLD T-Bar w/Silhouette mount hardware (28 each) TLD Hit Sensor Assembly (28 each) TLD Flasher Device (28 each) TLD Ballistic Shield Medium � AR500 (56 each ) TLD Full Size Ivan Silhouette (8 each) TLD Motion Sensor Device (8 each) TLD Universal Mounting Bracket (8 each) TLD Shoot Back Device (4 each) Friend/Foe Mount hardware (2 each) Spare Parts Packages The RIAB Systems, Associated Equipment, and Spare Parts shall be ready for In Plant Inspection, Inventory, and Acceptance Testing by the US. Government No Later than (NLT) twelve (12) months after contract award. On-Site Inspection, Inventory, Government On-Site Acceptance Test (OSAT) and New Equipment Training (NET) shall be completed NLT twenty-one (21) months after contract award.� NET shall include: Operator and Maintenance training to be delivered during a period of seven (7) working days �The RIAB Systems, Associated Equipment, and Spare Parts being requested are FMS releasable, non-developmental items.� 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. SPECIAL REQUIREMENTS: 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 NAICS code for this requirement is 333318 (Other Commercial and Service Industry Machinery Manufacturing), with a Size Standard of 1000 Employees. The applicable Product Service Code (PSC) is 6910 (Training Aids). SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package demonstrating ability to provide the products/systems listed in this Technical Description.� Your response to this Sources Sought Notice shall be electronically submitted to the Contract Specialist via email, purvi.kapadia.civ@army.mil, with a copy (Cc) to the Technical Point of Contact (TPOC) via email, ramon.rodriguez20.ctr@army.mil and theodore.m.lujan.civ@army.mil no later than 2:00 p.m. (EST) on 29 September 2022 and reference this synopsis number in the subject line of the 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. Written responses to this Sources Sought should consist of the following: Your firm's degree of familiarity and specific experience with implementation of training solutions to meet the training requirements. Provide a tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. A statement indicating if your firm is a large or small business under NAICS code 333318; if small business, please indicate any applicable socio-economic status [i.e., 8a, Small Disadvantaged Business (SDB), HUBZone, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB)] under NAICS 333318. If you plan on subcontracting to other companies in order to deliver technical capability, please provide details on exactly which tasks will be assigned to those subcontractors; in addition, provide the names of those anticipated subcontractors, and list the anticipated percentage of small business subcontracting.� Proof of production, fielding, and training of a Rugged RIAB system is required (i.e. contract number, customer POC information, locations fielded, quantities fielded etc.). All information/materials received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. *NOTE (LIMITATIONS ON SUBCONTRACTING):� If you are a small business interested in being the prime contractor for this effort, please be advised that FAR clause 52.219-14 (Limitations on Subcontracting) (DEVIATION 2021-O0008) was updated in September 2021.� The current clause adds the definition of �Similarly Situated Entity� and the 50% calculation for compliance with the clause.� Small business prime contractors may now count �first tier subcontractor� work performed by a �Similarly Situated Entity� as if it were performed by the prime contractor itself.� To assist in our market research and set-aside determination for this effort, if you are a small business interested in priming this effort and plan to utilize a �Similarly Situated Entity� to meet the Limitations on Subcontracting requirements, please identify the name & DUNS/CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. �Information regarding any planned �Similarly Situated Entity� should be included in answering any questions outlined in the SSN in order to assist the Government's capability determination.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/53443d3c9c3649338ac904729d0d2de1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06433433-F 20220820/220818230131 (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.