Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2014 FBO #4453
SPECIAL NOTICE

R -- Request For Information (RFI) Organic Depot Level Repair Capability For The Thermal Imaging Module 1500 At Tobyhanna Army Depot, Tobyhanna, PA 18466

Notice Date
1/31/2014
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Tobyhanna, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
TYADRFITIMS15002014
 
Archive Date
5/1/2014
 
Point of Contact
Ruth Mecca, 570-615-7432
 
E-Mail Address
ACC-APG - Tobyhanna
(ruth.c.mecca.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION-ESTABLISH ORGANIC DEPOT LEVEL REPAIR CAPABILITY FOR THE THERMAL IMAGING MODULE (TIM) 1500TM BACKGROUND AND BASIC REQUIREMENTS This Request for Information (RFI) is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for establishing organic depot level repair capability at Tobyhanna Army Depot for the Thermal Imaging Module - TIM 1500TM. This Request for Information (RFI) is issued solely for market research information and planning purposes only and does not constitute a solicitation. Responses will be treated as information only and will not be used as a proposal. The information submitted in response to this RFI may be used to help the Government further define its requirements. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to make an award on the basis of this RFI. Companies responding to this RFI are advised their response does not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI that indicate that the information therein is proprietary, or represents confidential business information, will be received and held in confidence. Proprietary information submitted, as part of responses to the RFI, should be clearly identified and it will be treated as such. The Government reserves the right to follow up on a one-on-one basis with RFI respondents to gain additional information or clarity about information submitted. SPECIFIC REQUIREMENTS The Government is looking for contractors capable of satisfying this requirement at the prime contractor level. Companies interested in responding to this RFI must complete the below Contractor Capability Survey which allows the respondent to provide their company's capability. The Contractor must be able to provide the following supplies/services: 1. Provide the test equipment, special tools and fixtures required to disassembly, assemble, align and test the TIM 1500TM. 2. Provide the procedures required to disassembly, assemble, align and test the TIM 1500TM. 3. Provide calibration procedures, if required, for the equipment/station. 4. For documentation that is proprietary to the contractor but required to support organic repair, the contractor shall provide a listing of documentation that will be provided and identify Government's data rights for documentation to be provided. 5. Utilizing the equipment, tooling, fixtures, documentation provided by contractor, the contractor will conduct training at Tobyhanna Army Depot on how to disassembly, assemble, align and test the TIM 1500TM. The contractor will conduct one class for up to 10 people. 6. Completion date of one year after contract award for specific requirements described above. REQUESTED RESPONSES Responses should be no more than 15 pages (8.5 x 11 inches). Each page will be counted against the limit except the following: cover pages, table of contents, tabs, or glossaries. In addition, identify a representative to support further Government inquiries and requests for clarifications of the information provided. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. Send questions or concerns regarding this RFI through e-mail to: Mr. Joseph Valvonis Joseph.m.valvonis.civ@mail.mil Electronics Engineer Complete written responses to this RFI are to be submitted to the above referenced e-mail address, no later than 12:00 PM EDT on March 3 2014. Responses should include the name, telephone number, and e-mail address of a point of contact having authority and knowledge to discuss responses with TYAD. Part I Business Information: Provide the following Business Information for your company: Company Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page Address: Registered in System for Award Management (SAM) (Yes \No) Specify whether your company is a U.S. or foreign-owned firm Primary North American Industry Classification System (NAICS Code: Based on above Primary NAICS code, state whether your company is small business and provide additional information regarding the type of small business (women-owned, small disadvantaged business, HUBZone, etc.) Identify if your company is qualified as an 8(a) candidate. Part II Capability Survey Questions General Capability Questions: 1) What is your experience in providing the capability to accomplish the objectives/requirements listed above? Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officers or Program Managers). 2) Please provide an estimated time line for completion schedule (in months) to accomplish the objectives/requirements listed above. Keep in mind that completion equates to the depot having the equipment, software, documentation and training needed to support depot repair. 3) Discuss any documents or data you will require to complete the objectives listed above and briefly explain their purpose. 4) Describe your company's capabilities and experience in generating technical data, engineering drawings. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 5) What are the top five risks you see in accomplishing this effort? 6) Identify the types of documentation and data rights that are available to the Government for this effort. 7) Provide a Rough Order of Magnitude (ROM) cost for completing the objectives/requirements. 8) Are there any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1830ccee2f464bbb0895748d3aedca64)
 
Record
SN03278926-W 20140202/140131234431-1830ccee2f464bbb0895748d3aedca64 (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.