Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2012 FBO #3869
SOURCES SOUGHT

23 -- Custom Armor Vehicle Services

Notice Date
6/26/2012
 
Notice Type
Sources Sought
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
 
ZIP Code
22219
 
Solicitation Number
SAQMMA12SS0003
 
Point of Contact
Vincent J Sanchez, Phone: 703-875-6629, William E Todd, Phone: 7038754681
 
E-Mail Address
SanchezVJ@state.gov, toddwe2@state.gov
(SanchezVJ@state.gov, toddwe2@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This sources sought notice is intended for market research purposes only. This is NOT a Request for Proposal (RFP), or any type of solicitation for competition, and this sources sought notice does not commit the Government to solicit or award anything now or in the future. There is not a finalized definitive requirement available at this time, this is only a potential upcoming requirement, and industry sources are being sought to respond to this notice with the information requested below. The purpose of this notice is to conduct market research to identify qualified and interested sources that could provide the services as stated. The U.S. Department of State is in search of potential sources for customized armor vehicles, offering armor in accordance with the U.S. Department of State level "C"and"D"" ballistic specifications. The anticipated requirement will require a contractor to specially equip the identified type of vehicles referenced below to the ballistic levels stated as needed. Types of vehicles are as follows: Large Sedans, Medium and Large Size Sport Utility Vehicles, Large Pursuit Vehicles, Large Vans, and Standard size and Large Pick Up Trucks as well. The Contractor is expected to furnish vehicles, provide all personnel and materials necessary to armor including a site from which armoring will be done. If your firm is interested in this U.S. Department of State opportunity, we request that your firm respond to this notice with the following information: 1. Company name, address, points of contact including phone numbers and e-mail addresses, manufacturing sites and locations; 2. Company Cage Code and DUNS Number, Business size (large or small business, and if small indicate what types of small business concern (e.g. EDWOSB, Hubzone, 8(a), woman-owned, etc...) ; 3. Level of Facility Clearance Obtained by Company (e.g. Secret, Top Secret etc.); 4. Past Performance References along with descriptions of effort or work done in custom armoring vehicle industry; 5. Does your firm employ Certified Welding Inspectors, certified to the D1.1 (Structural steel 2010 edition) Standard? If so or other, please explain. 6. Please provide details of your firm's armoring approach, methods, standards, management, quality/inspection along with other related information related to armor materials processing, protective coatings familiarity, types of armor familiarity, Government specific experiences with customizing armor to vehicles, floor armoring, door armoring, familiarity with combat locks, pillar armoring, transparent armoring, OEM glass familiarity, modifying electrical or vehicular internal/external components, drawing/schematics familiarity, working with weight restrictions, reutilizing approach to original equipment that is removed or replaced along with any other specialized equipment or features your firm is familiar with working with; 7. Any certifications, special licensing or industry recognized awards or credentials your firm may hold; 8. Logistical operation approach, is your firm able to arrange pick-up and transport of vehicles as needed from sites, what is your firm's customary procedure for moving vehicles as needed between locations? 9. Describe your firm's facilities in detail referencing any possible state of art equipment or technologies utilized at manufacturing sites; 10. Discuss customary delivery time lines for armoring services, how long does your firm typically need to take an unarmored vehicle through your normal customized armor process to final inspection/delivery, in addition please discuss any standard warranties offered on workmanship; All of the 10 items above should be addressed in your firm's response to this notice, any questions can be made to the points of contact listed on this notice, please address each of the 10 items above to the best of your firm's ability given time and resources. There will be NO compensation for responses to this sources sought notice, all participation is purely voluntary and shall incur no costs to the Government. All submissions should be sent in via email to SanchezVJ@state.gov and ToddWE2@state.gov by the notice response date referenced on this sources sought notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA12SS0003/listing.html)
 
Place of Performance
Address: Site to be determined:, Washington, District of Columbia, 20520, United States
Zip Code: 20520
 
Record
SN02785965-W 20120628/120626234622-ce561673fdab33839fdcfb5668b4fb75 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.