SOURCES SOUGHT
84 -- SOURCES SOUGHT NOTICE: Pre-Plan Product Improvement Process (P3I) for The Next Generation Advanced Bomb Suit (NGABS)
- Notice Date
- 6/6/2024 10:46:23 AM
- Notice Type
- Sources Sought
- NAICS
- 315990
— Apparel Accessories and Other Apparel Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB23D0021P00003
- Response Due
- 6/21/2024 9:00:00 AM
- Archive Date
- 07/06/2024
- Point of Contact
- Andrey Grabovetskiy, Phone: 520-942-2100
- E-Mail Address
-
Andrey.Grabovetskiy.Civ@army.mil
(Andrey.Grabovetskiy.Civ@army.mil)
- Description
- INTENT TO SOLE SOURCE: The intent of this Sources Sought Notice is to inform potential vendors of the Government's intention to pursue a sole source procurement with QinetiQ for the Next Generation Advanced Bomb Suit (NGABS) Pre-Planned Product Improvements (P3Is). ACC-APG, in support of Program Executive Office (PEO) Soldier is seeking information from industry regarding available P3I to upgrade, to enhance, and to replace obsolesce obsolete components in the NGABS.� All inquiries related to this notice should be directed via email to the Army Contracting Command-Aberdeen Proving Ground (ACC-APG) point of contact (POC), Andrey Grabovetskiy, at Andrey.Grabovetskiy.civ@army.mil. This notice is issued solely for market research purposes only.� This is not a solicitation; therefore, responses to this request are not considered offers. The information provided by industry in response to this notice is solely for planning purposes and does not imply any commitment by the Government to procure any items or services, nor does it obligate the Government to reimburse any costs incurred in providing the information. All responses should be made at no cost or obligation to the U.S. Government. The U.S. Government reserves the right to reject any or all input from the private sector resulting from this market survey. The Government is not obligated to inform respondents of the survey results. Any documentation submitted will not be returned. BACKGROUND: The NGABS is a pivotal Acquisition Category IV (ACAT IV) program designed to replace the two-decade-old Advanced Bomb Suit (ABS). The NGABS aims to deliver enhanced protection for Explosive Ordnance Disposal (EOD) Soldiers engaged in the critical tasks of identifying, rendering safe, and disposing of Improvised Explosive Devices (IEDs) and other explosive threats. The NGABS is currently under a five-year firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) production contract, with an anticipated system life expectancy of twenty years. As a Critical Safety Item (CSI), the NGABS necessitates strict adherence to safety and performance standards outlined in the Statement of Work (SOW). To ensure the system remains at the forefront of technological advancements and operational efficiency, the NGABS program will implement the Pre-Planned Product Improvements (P3I) strategy. This approach facilitates the continuous enhancement of system capabilities by evaluating and integrating new components and processes as technology evolves. The P3I strategy is expected to significantly increase the NGABS's performance, extend its operational life, and reduce total life cycle costs, thereby ensuring the system's long-term sustainability and effectiveness in addressing emerging threats and operational needs. SCOPE:�The scope of the P3I initiative is to upgrade and enhance NGABS system capabilities as technology advances, ensuring the system remains relevant, effective, and capable of addressing evolving threats and operational demands. The primary objective of the P3I is to assess and integrate alternate components or processes that improve the overall performance of the NGABS. Successful evaluations and improvements will be incorporated into the NGABS Purchase Description. Key Objectives of the P3I Approach: Enhanced Performance: Facilitate continuous enhancements to improve system performance, reliability, and maintainability. Address emerging threats and operational needs through targeted upgrades. Long-Term Sustainability: Extend the NGABS lifecycle by adapting it to evolving conditions. Ensure investments in research, development, and production yield long-lasting benefits. Reduced Risk: Minimize potential risks associated with technology obsolescence and changing requirements. Ensure the system remains relevant and effective. Contractor Responsibilities: Design and Development: Support the government�s P3I efforts through the design, development, integration, and testing of upgraded components in accordance with International Organization of Standardization (ISO) 9001:2015 Clause 8.3 (Design and Development of Products and Services). Compliance: Ensure NGABS meets all government requirements, including key performance parameters, key system attributes, and additional performance attributes specified as the desired end state. Testing Support: Provide personnel and logistical support for testing events as required, including engineering documentation related to the system, product baselines, safety assessment reports, and other supporting elements mandated by the Government. Documentation and Records: Maintain and provide updated drawings and supporting documentation to support production and delivery requirements. Ensure all non-commercial technical data and deliverables are properly marked in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Maintain U.S. Government records for three years after final payment and ensure all digital files are in their original, text-searchable form. Record and maintain a complete traceability record for each delivered end item for five years. Compliance and Regulations: Ensure all delivered textile products comply with the Berry Amendment and DFARS clause 252.225-7012. Ensure all delivered products comply with DFARS clause 252.225-7001, the Buy American Act and Balance of Payments Program. Comply with patent rights and data and software rights as stipulated in relevant FAR and DFARS clauses. Conflict of Interest and Inquiries: Immediately notify the Contracting Officer (KO) upon becoming aware of any actual or potential Organizational Conflict of Interest (OCI) and submit a plan to avoid or mitigate such OCI. Direct all inquiries, comments, or complaints arising during contract performance to the KO and the Contracting Officer Representative (COR). Contract Performance and Management: Adhere to the requirements set forth in the production contract SOW regarding contract management, integrated project team (IPT) meetings, and performance requirements. Provide and maintain test and evaluation measurement methods and equipment for validation or verification of approved designs. Ensure compliance with ISO 9001:2015 Clause 8.3 and subject all contractor requirements to government audit. This comprehensive approach aims to ensure the NGABS remains at the cutting edge of technological advancements, thereby enhancing the safety and effectiveness of EOD Soldiers in the field. SUBMISSION INSTRUCTIONS:�To respond to this request, please include the following information in your submission: Vendor Information: Provide your company's name, street address, and points of contact, including names, emails, and phone numbers. Codes: Include your Vendor CAGE code and any applicable NAICS code(s). Capability Statement: Detail your technical capability to fully meet the Government's requirements. Describe your ability to provide fully qualified personnel for all required services in a timely manner. Your statement should encompass your experience, management, key personnel, organizational history in meeting similar requirements, and corporate acumen in providing comparable services. Present this information with sufficient detail to demonstrate your company's mission area expertise and personnel experience. Business Size Status: Confirm your business size status and specify any applicable socioeconomic categories. Level of Participation: Indicate whether you intend to participate as a Prime contractor or a Subcontractor. Commercial Availability: Advise if the service is available commercially, to the general public, and/or to non-governmental agencies. Past Performance: Provide information on your past performance for recent and relevant contracts within the last five years. Include the agency, award date, contract number, and contract amount for each contract. Submission Format: Your written response should be submitted as a PDF or Word document and should not exceed five pages.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e7b6af6e9d1f49aa86b9b6bf998aa1a4/view)
- Place of Performance
- Address: Lansing, MI 48917, USA
- Zip Code: 48917
- Country: USA
- Zip Code: 48917
- Record
- SN07089531-F 20240608/240606230127 (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 |