SOURCES SOUGHT
39 -- NEXT GENERATION AUTOMATIC TEST SYSTEM (NGATS) ATE SHELTER P/N 13649052 and NEXT GENERATION AUTOMATIC TEST SYSTEM (NGATS) STORAGE SHELTER P/N 13649053.
- Notice Date
- 4/30/2014
- Notice Type
- Sources Sought
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-14-X-1350
- Response Due
- 5/30/2014
- Archive Date
- 6/29/2014
- Point of Contact
- Louisa Melendez, 973-724-2910
- E-Mail Address
-
ACC - New Jersey
(louisa.melendez.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command - New Jersey (ACC-NJ), on behalf of the Program Executive Office (PEO), Combat Support & Combat Service Support (CS & CSS); Product Director Test, Measurement & Diagnostic Equipment (PD-TMDE), Redstone Arsenal AL is currently seeking sources for the shelter portion of the Next Generation Automatic Test System (NGATS). The NGATS has been developed to replace the legacy Automatic Test Equipment (ATE) systems and consolidate 100% of the ATE's support capabilities which include: the Integrated Family of Test Equipment (IFTE) off platform Test stations (known as the Base Shop test Facility Version 3 (BSTF (V)3) and BSTF (V)5) and the Direct Support Electric System Test Set (DSESTS). The improved ATE's capability will include support for modern Test Program Set (TPS) languages, a robust system health monitoring and management system, and an advanced graphical user interface that satisfies government and industry standards for usability and functionality. A previous Sources Sought notice was publicized on 25 June 2013 for the shelter portion of the NGATS. The US Army PD-TMDE is exploring a breakout strategy for this requirement, and the major item identified under this Sources Sought is the Shelter System consisting of two (2) tactical shelters: one designed to house the ATE TPS hardware and ancillary test equipment required to support system operations; and one to house the ATE capable of supporting mission operations in the field. PD-TMDE is interested in exploring the market capability to support this strategy and determine if a competitive environment exists. Specifications: See draft NGATS Shelter specifications. The draft detailed specifications are marked Distribution quote mark D quote mark. Distribution Statement D means distribution authorized to the Department of Defense and U.S. DOD contractors only. MIS-DTL-57602 DETAILED SPECIFICATION NEXT GENERATION AUTOMATIC TEST SYSTEM (NGATS) ATE SHELTER P/N 13649052 MIS-DTL-57603 DETAILED SPECIFICATION NEXT GENERATION AUTOMATIC TEST SYSTEM (NGATS) STORAGE SHELTER P/N 13649053 The detailed specifications and applicable drawings will be made available through the Procuring Contracting Officer upon request, and after submission of a valid DD2345, a signed Non-Disclosure Agreement (NDA) and AMSTA-AR Form 1350 Technical Data Request Questionnaire. In addition, each company shall include the following information as a part of their request for detailed specifications: Company name: Address: Company Cage Number: DUNS number: Company Size: Point of Contact: Technical Point of Contact: Capabilities Coverage: PD-TMDE seeks to identify vendors that can provide the following capabilities for the production of the Shelter portion of the NGATS requirement. The envisioned capabilities comprise the following broad categories: A. Production - Please describe your company's capability, which may be demonstrated through experience, to produce an ATE Shelter and Storage Shelter using detailed specification NGATS ATE Shelter P/N 13649052 and detailed specification NGATS Storage Shelter P/N 13649053. B. Production Life Cycle - Please describe your company's capability to perform continual large scale production of ATE and Storage Shelters. The vendor shall have extensive experience with major DoD shelter development, production and fielding. The vendor shall be knowledgeable with appropriate Industry, DoD and Army ATE standards and policies. C. Management - Please describe your company's knowledge and experience in production management and the capability to implement a program to manage performance, cost and schedule of the contract as defined in the Integrated Master Schedule (IMS). The vendor is required to have at least an ISO 9001:2008 or equivalent certification. D. The vendor is required to have extensive knowledge and experience in implementing Configuration Management programs consistent with the requirements of ISO 9001:2008 Section 4.5 or higher or equivalent. General Questions: Please provide responses to the additional questions below: 1)What are examples of ISO shelters you have produced in the past for the US Government? 2)Do you build shelters from raw material or do you modify/equip shelters built by another manufacturer? 3)Is your company ISO 9001:2008 certified? 4)Is your manufacturing facility located in the US? 5)How many shelters are you capable of producing per month? 6)How do you maintain inventory control? 7)Is there any other feedback that your company desires to provide regarding the draft NGATS Shelters? 8)Are you obligated to be teamed with any other contractor to build the shelters for NGATS? 9)Have you ever had your shelters certified by the International Convention for Safe Containers? 10) Do you use an entity outside of your plant to certify containers? 11)Have you ever produced a shelter that is EMI and HEMP tested? 12)Do you use an entity outside of your plant to test EMI and HEMP? Planned Acquisition: If a Request For Proposals (RFP) is issued in the future, the solicitation announcement and release will include all pertinent information for interested sources to submit their best offers. This procurement may be anticipated to result in a firm fixed price, multiple year, indefinite delivery/indefinite quantity (ID/IQ) contract. Submission Information: All responsible interested sources should submit their responses to Ms. Kristin Decker at ACC-NJ via kristin.m.decker.civ@mail.mil. The deadline for this submission is 3:30 PM EST, 30 May 2014. Please include company name, address, telephone number, email address, technical point of contract, cage code and company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business). This Sources Sought/Request for Information (RFI) is for information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. If a formal solicitation is generated at a later date, a pre-solicitation notice will be published. The Army is not seeking, and will not accept, unsolicited proposals. Respondee's are advised that the U.S. Government is not responsible and will not pay for any information or administrative costs incurred in responding to this notice. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these websites for additional information pertaining to this requirement. The Government is not obligated to notify respondents of the results of this survey. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/df9d9eef1df4ab73a29e42614ce9f57e)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN03352274-W 20140502/140430234659-df9d9eef1df4ab73a29e42614ce9f57e (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 |