SOURCES SOUGHT
99 -- Request For Information (RFI) Lightweight Tactical Power Source (LWTPS)
- Notice Date
- 6/6/2023 9:36:14 AM
- Notice Type
- Sources Sought
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- ACC-ABERDEEN PROVING GROUNDS CONT C ALEXANDRIA VA 22331-0700 USA
- ZIP Code
- 22331-0700
- Solicitation Number
- W909MY-23-R-C007
- Response Due
- 7/7/2023 11:00:00 AM
- Archive Date
- 08/07/2023
- Point of Contact
- Taniko Jones, Jessica L. Wright
- E-Mail Address
-
taniko.c.jones.civ@army.mil, Jessica.L.Wright106.civ@army.mil
(taniko.c.jones.civ@army.mil, Jessica.L.Wright106.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY � This RFI is for acquisition planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only and will help inform Project Manager, Expeditionary Energy & Sustainment Systems (PM E2S2) in developing acquisition planning.� No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. This information provided may be used by the Army in developing its acquisition strategy.� Interested parties responding to this RFI are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this requirement. Responses are due by 1400 EST, 7 July 2023 and are not to exceed 20 pages. Please submit all RFI responses to Taniko Jones, Contract Specialist, Taniko.C.Jones.civ@army.mil and Jessica L. Wright, Contracting Officer, Jessica.L.Wright106.civ@army.mil. The subject line for the email submission shall read as follows:� Subject:� PM E2S2 LWTPS RFI: �Company Name� INTRODUCTION: The Army Contracting Command- Aberdeen Proving Ground- Belvoir Division (ACC-APG Belvoir), on behalf of PM E2S2 is issuing a Request for Information (RFI), in accordance with Federal Acquisition Regulation (FAR) 15.201(e). �PM E2S2 has been assigned as the office of primary responsibility for the Lightweight Tactical Power Source (LWTPS), which replaced the legacy 2 kilowatt (kW) Military Tactical Generator (MTG) and 3kW Tactical Quiet Generator (TQG), PM E2S2 is seeking industry input on their ability to manufacture and deliver LWTPS, while meeting delivery and performance requirements. The LWTPS consists of a generator set, Commercial user manual, and Basic Issue Items (BII) as defined in Appendix A of the Statement of Work (SOW).� Interested parties must demonstrate that the proposed generator meets or exceeds the threshold requirements as set forth in Attachment 1 SOW, Appendix A, in order to be considered acceptable. CONFIDENTIALITY: No classified, confidential or sensitive information shall be included in your response. Interested parties are responsible for appropriately marking proprietary or competition sensitive information contained in their response. QUESTIONS TO THIS ANNOUNCEMENT: All questions pertaining to this announcement are due within ten (10) calendar days after release. Telephone requests will not be accepted. Questions regarding this RFI shall be submitted via e-mail to Taniko Jones, Contract Specialist, Taniko.C.Jones.civ@army.mil and Jessica Wright, Contracting Officer, Jessica.L.Wright106.civ@army.mil no later than 1400 EST on 16 June 2023. Questions will be non-attribution published through the System for Award Management (SAM.gov). If the Government has additional questions or a need for information following the evaluation of your response, you may be contacted and asked to provide that information. RESPONSE SUBMITTAL INSTRUCTIONS: For this RFI, the Government seeks information regarding your capabilities and experience related to the delivery of LWTPS generators as described in the system requirements in Appendix A.� Sources able to address the above request are invited to submit information pertaining to the proposed LWTPS generators.� The Government requests that interested sources submit an electronic response of not more than twenty (20) pages on 8.5"" x 11"" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Files should be sent in a Microsoft Word compatible file or a PDF file. Files greater than 10MB cannot be transmitted through the network firewall. Please limit White Paper submissions to a maximum of 20 pages (including a cover sheet) and provide the following information: Please provide the following Point of Contact information: Contact and company information Name Title Company name Date of incorporation Number of years in business Number of employees Location Mailing address Phone number CAGE Code Unique Entity ID Website address Email address Note that RFI respondents shall designate a single point of contact for receipt of all information pursuant to this RFI 2. Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 335312. For more information, refer to http://www.sba.gov/content/tablesmall-business-size-standards: Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. Brief overview of company history, limited to three (3) paragraphs. This Requirement is a Small Business set-aside: 4. �Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary stated NAICS code 335312? 5. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past?� Provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort. 6. Please identify your company's past and current customers to which you provided these types of equipment capabilities or similar equipment capabilities, including a customer/company name and point of contact, phone number and address/e-mail where they can be contacted. (please provide the above information for up to 5 efforts) PM E2S2 will contact any interested vendor(s) that addressed questions 1-6 to a sufficient level in their response to warrant further discussion. Interested parties must be able to demonstrate in accordance with the Family of Light Weight Tactical Power Sources Demonstration Plan, Attachment 2, that the proposed generator meets or exceeds the threshold requirements as set forth in SOW Appendix A, Supporting documentation (such as marketing brochures, fliers, published presentations or papers and other materials that summarize the technology and more about your company) is acceptable (up to five (5) pages worth), and may be referenced by reviewers only in support of claims identified in the White Paper, and only where specifically referenced in the White Paper. The Government makes no guarantee that the supporting documentation will be reviewed and/or considered. Any company proprietary information, performance capabilities and/or future modification plans should be clearly identified and MUST be marked accordingly and will be protected by the Government. Responses to the RFI will not be returned. Responses to the RFI may be used to develop Government documentation. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Your interest in this response is appreciated. All interested parties are encouraged to respond to the RFI by providing the information by 1400 EST on 7 July 2023. Respondents are requested to submit one electronic copy of the responses to Contract Specialist, Taniko Jones, Taniko.C.Jones.civ@army.mil and Jessica L. Wright, Contracting Officer, Jessica.L.Wright106.civ@army.mil. Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI NOR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES. This announcement is issued solely for information and planning purposes and does not constitute a solicitation. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Responses will not be returned nor will the Government confirm receipt. In accordance with FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract. All Government and Contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC �2101-2107. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5c9ffab9bdb24b9c9293079c3a850a84/view)
- Record
- SN06706546-F 20230608/230606230124 (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 |