SOURCES SOUGHT
L -- Thermal Receiver Units, TRU and B-Kit Components, Repairs, and Engineering & Technical Services
- Notice Date
- 3/14/2014
- 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
- W909MY14RC014
- Response Due
- 3/31/2014
- Archive Date
- 5/13/2014
- 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 (ACC-APG) Belvoir Division is conducting market research on behalf of the US Army's Office of the Program Manager, Terrestrial Sensors, in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this Market Research is to identify potential sources that have the skills, experience, knowledge, and capabilities required for Second Generation Forward Looking Infrared (FLIR) (2GF) that can provide the following: 1. Provide Second Generation Forward Looking Infrared (2GF) components. The component parts are: Thermal Receiver Units (TRU) (Qty 120) and TRU export (EX) version (Qty 120), Motor Control Circuit Card Assemblies (CCA) (Qty 120), Interface and Graphics CCA (Qty), Common Power Supply (CPS) CCA (Qty 120), TIS Power Supply (TPS) CCA (Qty 120), (EMI) Filter Assembly (Qty 120) *SEE ATTACHMENT 0001 FOR A COMPLETE SPARE PARTS LIST 2. Repair/refurbish of TRUs, the CCAs stated in #1 above, and EMI Filter Assemblies (Qty of 120 of each part/component) 3. Repair/refurbishment of additional 2GF components including Dewar/Cooler Benches, AFocals and Receivers (Qty of 120 of each part/component) 4. Provide repair data for tracking and management of repair actions 5. Provide Engineering & Technical services associated with this hardware Repair Data - data required during this repair effort will include the following: 1. Engineering Change Proposals (ECP) - as required 2. Repair Data including initial cost proposal - as required 3. Repair Data including status of all items shipped to the contract for repair - monthly Engineering & Technical Services - Includes qualification testing, conformance inspection, obsolescence planning, Government depot support and software maintenance. Interface and Performance Requirements - The following list contains Interface Control and Performance Specifications that suppliers will need to meet in order to be considered fully qualified for each of the items: 1. MIL-PRF-A3271804B Performance Specification for the Block 1 B-Kit. 2. MIL-PRF-12987773B Performance Specification for the Block 1 Thermal Receiver Unit. 3. MIL-PRF-5009755E ICD and Performance Specification for the Standard Advanced Dewar Assembly Type II (SADA II). 4. 19200-12987745 Interface Control Document for the Horizontal Technology Integration Program Block 1 Thermal Imaging System. 5. A3271784B Interface Control Document for the HTI Program NV-80 Block-0 B-kit (Block 0 ICD). 6. A3298946B Interface Control Document for the HTI Program Block-1 B-kit (Block 1 ICD). 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. 2. Qualifications in Thermal Imaging/Infrared Technology for this effort or like efforts. 3. 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? 4. Does your company have experience as a prime contractor administering Contracts? If you answered yes, please provide as much of the following information as possible; Contract number(s); Dollar value; and similarity of scope and effort. 5. Does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide? 6. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 7. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these requirements. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 8. 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. 9. Does your company have a SECRET facility or access to one should it be required? 10. Do all the employees that would support this requirement have a security clearance? If not, what percentage of employees that will be involved in this effort, have a security clearance? 11. Please explain your facility size to include any storage capabilities? 12. If you do not own your own storage facility or do you have access for use of a storage facility 13. Describe how you will either produce or subcontract for each component or assembly. Please identify sources of supply for any components or assemblies for which you intend to subcontract production. 14. Describe the schedule requirements to establish production capacity and to qualify the prime or suppliers to provide 2GF B-Kits and A-Kits. 15. Discuss existing production capacity and quantity requirements necessary to maintain that capacity and industrial base. 16. Describe the potential impacts of the solicitation including a detailed production specification (i.e. build-to-print) versus a performance specification. 17. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 18. Please provide the following Point of Contact information on all responses: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: 19. Please identify your company's business size standard based on the North American Industrial Classification System (NAICS) code of 334511 for example. 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 THE FOLLOWING ONLY APPLIES TO THE SMALL BUSINESS RESPONDENTS: In addition to the above, small businesses responding should provide the following information: 20. If you are a small business and plan to prime please inform how you will meet the limitations on subcontracting Clause 52.219-14. 21. If you identify your company as a Small Business or any of the Small Business subcategories above, then is your company interested in being a prime on this contract? 22. Under the current SB size standard, do you anticipate your company remaining a small business, under the stated NAICS code 334511? 23. If you are a small business, can your company sustain if not paid for 90 calendar days? No further information or documentation will be provided. The Government requests that interested parties with the capabilities to meet the above requirements should electronically submit White Papers of not more than twenty (20) 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 20 thru 23 are not counted in the above stated twenty (20) page limitation. Any information submitted by respondents to this sources sought notice is totally voluntary and at no cost to the Government. This information will help the Government form its acquisition strategy. All information received in response to this sources sought synopsis that is marked quote mark Proprietary quote mark will be handled accordingly. Responses will not be returned nor will receipt be confirmed. No solicitation exists; therefore, do not request a copy of a solicitation. Responses are due no later than 4:00 PM EST (local time at Fort Belvoir, VA) on 31 March 2014. Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Send responses electronically to: Tamara Abdelmoty, Contract Specialist, at tamara.n.abdelmoty.civ@mail.mil. Contracting Office Address: ACC-APG - Washington, ATTN: CCAP-CCV-A, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863 Place of Performance: Contractor location Point of Contact(s): Tamara Abdelmoty, 703 704-0827 ACC-APG - Belvoir
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9e9d96648c1590db02adc63c6b3a1f94)
- Record
- SN03311653-W 20140316/140314235011-9e9d96648c1590db02adc63c6b3a1f94 (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 |