Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 16, 2014 FBO #4436
SOURCES SOUGHT

R -- Market Research - Driver's Vision Enhancer - Family of Systems (DVE-FOS) Combat Vehicle (CV) Technical Manuals development.

Notice Date
1/14/2014
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-14-R-C009
 
Response Due
1/24/2014
 
Archive Date
3/15/2014
 
Point of Contact
Tamara N Abdelmoty, 703-704-0827
 
E-Mail Address
ACC-APG - Washington
(tamara.n.abdelmoty.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command- Aberdeen Proving Ground-Fort Belvoir (ACC-APG-Belvoir) on behalf of Program Manager, Terrestrial Sensors (PM-TS) for Program Manager - Ground Sensors (PM-GS) is conducting Market Research to determine industry's capabilities in developing the Driver's Vision Enhancer - Family of Systems (DVE-FOS) Combat Vehicle (CV) Technical Manuals in accordance with Federal Acquisition Regulations (FAR) Part 10. The purpose of this Market Research is to identify potential sources that have the skills, experience, knowledge, and capabilities required to provide Operator's Manual (TM 11-5855-333-10), Field Maintenance Manuals, including Repair Parts and Special Tools List (TM 11-5855-333-23&P), and Maintenance Allocation Charts (MAC) for the DVE-FOS Combat Vehicles (CV) identified in Attachment 0001 PERFORMANCE REQUIREMENTS: The Performance Specification, MIL-PRF-49256D Driver's Vision Enhancer Family of Systems (DVE-FOS) dated 30 Sep 2009 details the requirements that the supplier will need to meet in order to be considered fully qualified. Distribution of the MIL-PRF-49256D DVE-FOS specifications is sensitive in nature and will not be provided. In addition to the above Performance Specification, the following specifications and standards shall be those listed in the Department of Defense Index of Specifications and Standards (DODISS) and supplements thereto, in effect at the time of contract award: MIL-STD-40051-2B - Department of Defense Standard Practice, Preparation of Digital Technical Information for Page-Based Technical Manuals; and GEIA-STD-0007 - Logistics Product Data. INTERFACE CONTROL DOCUMENTS: The Interface Control Document (ICD), A3325865 (REV B) for the DVE contains the interfaces that the DVE supplier will need to meet to be considered fully qualified. The specifications contain information that has been designated as quote mark Militarily Critical Technical Data quote mark and will not be provided. PERIOD OF PERFORMANCE: The Period of Performance shall not exceed twelve (12) months from date of contract award to include validation and verification of the CV Technical Manuals. Please note the following: Foreign participation is excluded. Sources responding to this request for information must provide the following information. 1. Brief summary of the company, of no more than 3 paragraphs. 2. Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: 3. Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 334511. The Small Business Size Standard for this NAICS code is 750 number of employees. For more information, refer to http://www.sba.gov/content/table-small-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 4. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, 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? 5. Do you plan to prime? Describe how you will either produce or subcontract for each component or assembly required. Please identify sources of supply for any components or assemblies for which you intend to subcontract production. 6. Does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide. 7. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 8. Discuss existing capacity and quantity requirements necessary to maintain that capacity and industrial base. 9. Please describe the capacity of your facility to include storage and shipping areas. 10. The Government understands that teaming is an essential 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. 11. What are the core competencies of your employees that would support these requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 12. Does your company have a SECRET facility clearance or have access to one should it be required? THE FOLLOWING QUESTIONS ONLY APPLY TO SMALL BUSINESS RESPONDENTS: Responses to the below questions shall be included in a separate section of the submission and will not be counted as part of the 15 page limit. 1. If you are a small business and plan to prime please inform how you will meet the limitations on subcontracting Clause 52.219-14. 2. If you are a small business, can your company sustain if not paid for 90 calendar days? PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY. This request for information is for planning purposes only and shall not be considered as an invitation for bid (IFB), request for quotation (RFQ), request for proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your response to this request will be treated as INFORMATION ONLY. 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. 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 and statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information submitted. Responses will not be returned nor will an acknowledgement of receipt be confirmed. No solicitation exists; therefore, do not request a copy of a solicitation. No further information or documentation will be provided. The Government requests that interested sources submit an electronic response of not more than fifteen (15) pages, 8.5 quote mark x 11 quote mark paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Responses to Small Business Questions 1 through 2 above are in addition to the above stated fifteen (15) page limitation. Responses should include the company name, CAGE code, point of contact, and address. Response to this Sources Sought should be received no later than 1600 hrs EST on 24 January 2014. All questions must be submitted via email; telephonic requests for additional information will not be honored. You must forward questions and/or responses to Tamara Abdelmoty, Contract Specialist at tamara.n.abdelmoty.civ@mail.mil and Raymond Jones, Contracting Officer at, raymond.a.jones46.civ@mail.mil. Acknowledgement of receipt will be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/563e82d903aca0af1977adafc9a57c6f)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03267517-W 20140116/140114234505-563e82d903aca0af1977adafc9a57c6f (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.