Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2022 SAM #7638
SOURCES SOUGHT

99 -- Sources Sought Announcement Robotic Logistic Support Center (RLSC)

Notice Date
10/27/2022 1:03:07 PM
 
Notice Type
Sources Sought
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
PANDTA-22-P-0000-006075
 
Response Due
11/28/2022 10:00:00 AM
 
Archive Date
11/29/2022
 
Point of Contact
Gregory M. Fleming, Phone: 5715888844, Jennifer L. Jusela, Phone: 5715889148
 
E-Mail Address
gregory.m.fleming5.civ@army.mil, Jennifer.L.Jusela.civ@army.mil
(gregory.m.fleming5.civ@army.mil, Jennifer.L.Jusela.civ@army.mil)
 
Description
SOURCES SOUGHT NOTICE I.� Description of Intent This notice is to gauge the availability of vendors that are capable and interested in meeting the Government and Foreign Military Sales (FMS) requirements for multiple robot variants of systems, every part available to allow the sustainment, maintenance, reset and recap, and OCONUS Training (OpNet and Maintenance). �The Robot Logistic Support Center (RLSC) overall requirement for robots include multiple variant/configurations of the SUGV 310, First Look 110, PackBot (510 and 525), Kobra (710 and 725), MTRS Inc II, and Common Robotic System-Heavy (CRS-H) robotic platforms. II. General Information: RLSC is issuing a Sources Sought Notice as a means of conducting market research only to identify parties having an interest and the resources to support this requirement. �The information gained will be used for preliminary planning and to determine the availability of qualified contractors to provide these robotic systems, parts, and training classes. �The information received will be used by the Government to facilitate the decision-making process and if a solicitation is issued subsequent to this notice, information received from respondents will aid in the decision of whether to issue a solicitation as a competitive set-aside for qualified Small Businesses, Vendors with General Services Administration (GSA) Schedules, or whether to issue a solicitation as an unrestricted full and open competition. �The Government assumes no financial responsibility for cost incurred with providing information in response to this announcement or any follow-up information requests. �This notice does not constitute a Request for Proposal (RFP) and is not to be construed as a commitment by the Government for any purpose other than market research. �Respondents will not be notified of the results regarding the sources sought. Any subsequent contract would be Firm-Fixed Price (FFP) with a period of performance of three years from the date of award.� All robot variants shall have each system and every part associated with each variant listed on a Master Parts List to complete all sustainment, maintenance, reset and recap actions, along with the ability to provide OCONUS FMS training classes (OpNet and Maintenance). III. Submission Instructions: All responding to this notice shall provide specific information to include a summary of its company�s capabilities. Information to be provided shall include a Capability Statement which demonstrates the skills, experience, knowledge, and capabilities necessary to perform the Government�s requirement to provide systems and all associated parts to sustain, maintain, reset and recap each robotic platform, as well as the ability to provide the training classes. �Statements should address the contractor ability to obtain and provide the relevant MPL, to include an authorized distributor agreement if applicable. �The contractor shall address how it plans to ensure that the parts and all robotic platforms will comply in all respects with the manufacturer�s performance requirements for each part number and its plan for communicating with the Government regarding any required updating of the MPL as needed for part numbers or nomenclatures to ensure a complete Bill of Material (BOM). �The contractor response should list the firm�s specific skills, experience, knowledge, and capabilities to complete these requirements, including, but not limited to a description of corporate experience with similar projects. The Capability Statement should include: 1. Contact information including:� Company Name: Address:� � � � � � � � � � � � � � � � � � � � � � � � � � � � �� Point of Contact: Phone Number: Email Address: DUNS/Cage Code: Website Address: Type of Organization: Business Type(s): [ ] Large Business (LB), [ ] Small Business (SB), [ ] HUBZone (HZ), [ ] Service Disabled Veteran Owned Small Business (SDVOSB), [ ] Woman Owned Small Business (WOSB), [ ] 8(a) Business Development Program, [ ] Small Disadvantaged Business (SDB), [ ] Veteran Owned Small Business (VOSB). 2. A statement indicating if your company possesses the capability to provide the entire range of systems/parts called for in this requirement. Does your company have the ability to provide any, some, or all of the systems/parts of this requirement? Provide a table to list each system/part/service you are capable of providing. 3. Does your company have experience as a prime contractor providing the systems and parts of the same or similar type effort(s) (to include size and complexity) within the past five years? If yes, please provide the following information: Contract number(s): Dollar value(s): Point of Contact (POC): POC Email address: POC Phone number: Brief description of your direct support of the effort: Similarity of scope, effort, and complexity. 4. A statement on intended contract type, applicability to Economic Price Adjustment and the associated indexes, and detail on supply chain constraints in meeting the Government requirement if applicable. 5. Potential sources should only submit the minimum information necessary and shall not exceed 15 pages. �Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding its submissions. �The Government may contact potential sources for additional information as required. 6. Interested parties are encouraged to be registered in the System for Award Management, www.SAM.GOV prior to responding to this Sources Sought Notice. 7. Interested parties that consider themselves qualified to perform the above listed requirements are invited to submit a response to this Sources Sought no later than 1300 EST 28 November 2022. 8. Responses to this Sources Sought Notice shall be submitted via email to Gregory Fleming at gregory.m.fleming5.civ@army.mil or Jennifer Jusela at jennifer.l.jusela.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1bff3d4128e14ae5a30f45275a084e52/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06504823-F 20221029/221027230109 (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.