Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2013 FBO #4148
SOURCES SOUGHT

99 -- Worldwide Deployable Kennel

Notice Date
4/1/2013
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY13RKENNEL
 
Response Due
5/1/2013
 
Archive Date
5/31/2013
 
Point of Contact
Charlene Buduo, (703) 704-0860
 
E-Mail Address
ACC-APG - Washington
(charlene.a.buduo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army is seeking sources able to build, package and deliver worldwide deployable kennels. The estimated quantity of deployable kennels is projected to be 660, plus associated spares and repair parts, to be delivered over a one year period of performance. This is NOT a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings from the survey. In accordance with Federal Acquisition Regulation PART 10.001, the results of this Market Survey will primarily be used to develop the Government's acquisition approach, determine if sources capable for satisfying the agency's requirements exist and determine the commerciality of the deployable kennel. The Government will accept responses from sources with a demonstrated ability to build, package and deliver worldwide deployable kennels and fulfill the projected delivery quantities and meet the criteria not limited to the following: When erected, the system shall be suitable to provide humane, durable, safe, sanitary, all-weather outdoor shelter for the Military Working Dogs for periods of up to 180 days with minimal requirements for external power or other support as prescribed by DFP-660. The kennel system shall be comprised of individual modules such that no single module exceeds the two person lift criteria of 112 lbs (50.8 kg). The Kennel shelter shall be weather tight, collapsible and the interior dimensions shall measure a minimum of 48 inches long x 24 inches wide x 40 inches high when expanded for use. The primary access door shall be as close as practical to the interior height and width of the shelter. The exercise area door shall consist of a hinged transparent door and free to swing both inward and outward. The construction of the shelters top, sides, and floor shall include insulating material(s) that provide the highest R value within the size and weight constraints. The kennel shall have an attachable run area at least 6 feet long x 4 feet wide x 4 feet high with a handlers gate at the opposite end of the shelter at least 4 feet high x 2 feet wide. The Kennel and run shall be fabricated of durable material to withstand damage from rough handling, ground, sea and air transport. The kennel shall also include removable interlocking pet decking with non skid surfaces. The kennel shelter shall have a forced air system that provides heated air at a minimum internal temperature of 45 F in cold temperatures down to 5 (F and cooled air at a maximum internal temperature of 85 F in hot temperatures up to 120 F. The kennel shall operate on 120 volt 60 Hz electrical power and NATO 24 volt vehicle electrical power systems. The system including all individual modules shall be assembled or disassembled in 15 minutes or less using minimum hand tools. Offerors are encouraged to propose alternate characteristics and concepts for a Deployable Kennel that meets the intent of the characteristics provided above. For the full performance requirements, see the DRAFT Description for Purchase (DFP) attached to this market survey. Sources with a demonstrated ability to: build, package and deliver worldwide deployable kennels, fulfill the projected delivery quantities and meet the requirements listed above are invited to submit a White Paper not to exceed 10 pages in length providing a description of their deployable kennel. The White Paper must include at a minimum: 1) a description of the deployable kennel and validating information supporting the claims that the proposed kennel meets the DFP requirements, 2) technical specifications of the kennel, 3) estimated cost for a kennel that meets the kennel DFP requirements, 4) estimated monthly production rate for delivery of the kennels. Respondents must also include information regarding 1) customary practices (including warranties, discounts, etc.), and under which commercial sales of the products are made, 2) a statement regarding the commerciality of the kennel (see Federal Acquisition Regulation 2.101 for definition of Commercial Item) and 3) requirements of any laws and regulations unique to the item being acquired. Papers shall also include the following: 1. Company Address, Point of Contact, Phone Number, Fax Numbers, Email Address. 2. A brief description of company and capabilities to provide a World Wide Deployable Kennel, experience area, history, CAGE Code. 3. Business size: Large business or Small business, category such as 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone (HUB Zone), Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Small Disadvantaged Business (SDB) or any other information that you feel would be pertinent. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. The small business size standard is 500 employees for the North American Industry Classification System (NAICS) Code 339999. Additionally, responders should include direct answers to the following questions: a. If you are a small business and plan to be a Prime please inform how you will meet the limitations on subcontracting Clause 52.219-14? c. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house? d. The Government understands that teaming is an intricate part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house? e. If you are a small business, can your company sustain if not paid for 90 calendar days? f. Can you acquire enough space to perform this work within 15 calendar days after contract award? g. Has your Company performed this type of effort or similar type effort (to include size and complexity) before, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? h. Please indicate if your product is commercially available. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. Responses to this Sources Sought should be received no later than 30 calendar days from the date of this notice and should be submitted via email to: charlene.a.buduo.civ@mail.mil. All requests for further information must be submitted via email; telephonic requests for additional information will not be honored. You may forward request for additional information and/or responses to Charlene Buduo, at charlene.a.buduo.civ@mail.mil. Acknowledgement of receipt will be issued. The subject of the email message shall be: Worldwide Deployable Kennel System - Your Company's Name.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2932d36569762969671956722314e555)
 
Place of Performance
Address: ACC-APG - Belvoir ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03025513-W 20130403/130401234624-2932d36569762969671956722314e555 (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.