SOURCES SOUGHT
58 -- Request for Information
- Notice Date
- 8/3/2012
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-THOR-012
- Response Due
- 8/20/2012
- Archive Date
- 10/19/2012
- Point of Contact
- Yadira Colon, 443-000-000
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(yadira.i.colon.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Market Research and Request for Information (RFI) For Counter RCIED Electronic Warfare (CREW) Thor III Limited Spares, and Limited Contractor Logistics Support (CLS) Description: This is a request for information (RFI) only. This is not an Invitation for Bids (IFB), Request for Quotations (RFQ), or Request for Proposals (RFP). The US Army, Program Manager Electronic Warfare, Aberdeen Proving Ground, MD., is seeking sources to provide Counter Radio Controlled Improvised Explosive Device Electronic Warfare (CREW) system limited replenishment spares, and limited Contractor Logistics Support (CLS) to the existing Dismounted Army CREW 3.1 AN/PLQ-9(V)1 system (also known as the Thor III system). The government has determined that it has insufficient technical data and software to allow for full and open competition on these specific parts or provide the required depot support. The Government requires spares that are form, fit and functionally interchangeable with the existing parts used in the Thor III system. Repairs made at the contractor operated depot require system testing to insure that all performance parameters are met. The Thor III system was designed and produced by Sierra Nevada Corporation, Sparks, NV. Interested sources are asked to respond to the following by providing the information requested below: The Thor III system is a three Man-pack that provides protection against Radio Controlled Improvised Explosive Devices in support of Operation Enduring Freedom (OEF) in Afghanistan. The scope of the planned acquisition is an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide limited spares, at Firm-Fixed-Prices (FFPs); along with CLS to be provided on a Cost-Plus-Fixed-Fee basis. CLS may consist of Program Management, Configuration Management, Engineering Services, and, Depot Support to include repairs, packing and shipping. A three year Indefinite Quantity Indefinite Delivery (IDIQ) contract is contemplated. The Government anticipates establishing an ordering ceiling of an estimated $10.5M for the life of the contract. A list of spares can be obtained by contacting the Contracting POC identified below. This RFI is for planning purposes only and shall not be considered as an IFB, RFQ, or RFP. Additionally, there is no obligation on the part of the Government to acquire any products described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Army in developing its acquisition strategy. Interested sources are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Requested Information: Vendor responses are limited to 15 written pages and should include: 1)Description of the company's past performance for CREW systems. 2)Approach for providing spares, DLRPs, packing and shipping, test equipment and CLS Services for the Thor III system. Describe company's CLS support for: Program Management, Configuration Management, Engineering, Training, Depot support and Field Service Representatives. 3)Past and current relevant performance information with respect to spares, DLRPs, packing and shipping, support and test equipment and CLS Services for the THOR III system. 4)Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. Responses: Interested sources who believe they are capable of providing the above mentioned items and support and that possess a required SECRET clearance, are invited to indicate their interest by providing: a)Company name, company address, overnight delivery address (if different from mailing address), Cage Code, point of contact, e-mail address, telephone number, fax number; b)Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc...) c)Affirmation of cleared personnel All responses shall be unclassified. In order to receive For Official Use Only information, interested parties must provide the following information to the Army Single Face Industry (ASFI), which requires an active Central Contractor Registration (CCR) profile. Company Name: Company Cage Code: Corporate Mailing Address: Classified Mailing Address: Security Office Information: Name/Title: Email: Phone: All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. The closing date for this RFI is August 20, 2012. The Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or any subsequent exchange of information. All responses shall be transmitted electronically to ASFI https://acquisition.army.mil/asfi/. All responses are to be directed to the following POCs: celeste.disciullo.civ@mail.mil trevor.brown3.civ@mail.mil vernon.c.cooper2.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7e9301faed770b63e01f1754a8f0896a)
- Place of Performance
- Address: ACC-APG - Aberdeen Division C HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02826351-W 20120805/120803235236-7e9301faed770b63e01f1754a8f0896a (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 |