Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2015 FBO #4793
SOURCES SOUGHT

58 -- The purpose of the RFI/SS is to conduct market research used to support procurement of a commercial off the shelf (COTS) or Government off the shelf (GOTS) solution or modified COTS/GOTS solution for protection of military working dogs.

Notice Date
1/6/2015
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
REF02-15-R-MWDP
 
Response Due
1/20/2015
 
Archive Date
3/7/2015
 
Point of Contact
stanford williams, 703-704-7025
 
E-Mail Address
ACC-APG - Aberdeen Division D
(stanford.williams.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice This Sources Sought Notice(SS)/Request for information (RFI) is for planning purposes, and is not to be considered an invitation for bid, request for quotation, or as an obligation on the part of the Government to acquire any products or services. No reimbursement will be a made for any costs associated with providing information in response to this SS/RFI or any follow up information request. Respondents will not be notified of the results of the evaluation of the information they provide. No questions will be taken on the SS/RFI. No contract award will be made on the basis of responses received. The information will be used in a Market Research Report assessment of sources capable of providing military working dog (MWD) protection capabilities in support of the Rapid Equipping Force (REF). Therefore, no late submissions will be considered in the development of the Market Research Report. Response Instructions Responses should be emailed to Ms. Heather Gleason, heather.n.gleason.civ@mail.mil, at the REF by the response date listed above. Purpose The purpose of this RFI/SS is to conduct market research used to support procurement of a commercial off the shelf (COTS) or Government off the shelf (GOTS) solution or modified COTS/GOTS solution for the requirements below. Vendors, who can meet or exceed any combination or all of the parameters and standards set forth below, are encouraged to forward supporting information back to the U.S. Army Rapid Equipping Force (REF). The information must support the company's claim that it presently has the technology, qualifications, and capabilities to satisfy one or more of the performance and technical objectives described. The submittal shall discuss the company's ability to develop and or provide existing technologies for the solutions and provide a Rough Order of Magnitude (ROM) price and its anticipated delivery time for the solution proposed. This will facilitate the analysis of options for refining the requirement of MWD protection devices. The submittal shall also discuss related company experience and include point(s) of contact. The data should be prepared in MS Word, Times New Roman, 12 font, limited to three (3) pages, and submitted electronically to the above designated Government representative within fourteen business days from the date of this posting. Description The REF is seeking a device to protect Military Working Dogs (MWD) from radio controlled explosive devices while conducting searches of suspicious packages, facilities, vehicles and personnel. 1. MINIMUM REQUIREMENTS: The vendor shall have the capability to provide a minimum of thirty (30) MWD protective devices within 60 calendar days of contact award. The devices shall effectively suppress frequencies within the following range: 20 - 2500 Mhz. The devices must have the following minimum characteristics: - Effective center diameter range of five (5) meters (threshold), 30 meters (objective). - Must weigh two (2) pounds or less. - Device size/design must allow for unhampered MWD mission accomplishment. (i.e. searching small spaces) - Antennas must be flexible to support the MWD's operations. - Material must be water resistant, shock proof and capable of remaining operational after sustaining low impact damage during MWD mission. (i.e. bumping, dropping) - Should cause minimal interference with Coalition and Afghanistan National Security Forces Systems. - Have quick release capability. - Need to be able to be remotely zeroed out and be programmable. - Have the associated software with a minimum of Window 7. - Battery must be compatible with the Harris PRC-152 Hand held lithium battery. - Battery life needs to be at least 4 hours. - Easy to train, use and install. (Training threshold is eight (8) hours with an objective of four (4) hours). The ideal solution shall have a safety confirmation certification from the Army Test Evaluation and Command (ATEC) center and the vendor shall furnish a copy of the safety confirmation with their response. If Government testing has not been conducted, commercial test data shall be supplied with your response. 2. DELIVERABLES: Specific information on capability being offered to produce a system that can meet the requirements identified in Sections two (2) above, or otherwise (alternate proposal) solves the problem. Companies who desire to participate in this market survey are encouraged to submit data which supports the company's claim that it presently has the technology, qualifications, and capabilities to satisfy one or more of the performance and technical objectives described above. 'The data should discuss the company's ability to develop and or provide existing technology solutions. The company shall provide a Rough Order of Magnitude (ROM) price and its anticipated delivery for the solution proposed. You are required to include the delivery timeframe to the Government in the data provided. The data should also discuss related company experience and include point(s) of contact. The data should be prepared in MS Word, Times New Roman, 12 Font, limited to three (3) pages, and submitted electronically. Requested Information: The submitted documentation and content becomes the property of the U.S. Government and will not be returned. The Government will not reimburse costs associated with the documentation submitted under this request. Responders are solely responsible for all expenses associated with responding to this inquiry. Although solicitation terminology may appear in this inquiry, your response will be treated as information only and will not be used as a proposal. This notice is part of Government market research. Information received as a result of this request will be considered as sensitive and will be protected as such. Any company or industry proprietary information contained in responses should be clearly marked as such, by paragraph, such that publicly releasable and proprietary information are clearly distinguished. Any proprietary information received in response to this request will be properly protected from unauthorized disclosure. The Government will not use proprietary information submitted from any one source to establish the capability and requirements for any future acquisition, so as to inadvertently restrict competition. The Government will review submissions as they are received. The Government reserves the right to close this Sources Sought Synopsis once they have received adequate response(s). All information should be submitted by email to addresses provided above. If unable to provide information electronically, please advise us by email and then forward paper copies/material to: Heather Gleason 10236 Burbeck Road Ft. Belvoir, VA. 22060-5852 Responses which do not clearly and completely address the below requested information and series of questions will be considered as submitted for general informational purposes only, and not considered a demonstration of intent to submit a proposal to any eventual Request for Proposal (RFP). A lack of Small Business responses to this RFI must be treated as evidence of disinterest/incapability of Small Businesses to submit a proposal to any eventual RFP. - Business Name: - Business Address and webpage (if applicable): - CAGE Code: - Point of Contact: - Description of the specific product/technology being offered for consideration including: o Description of overarching vision for the effort o Table comparing vendor capabilities against all requested capabilities and specifications (even if not able to meet all specifications) provided within this RFI; include discussion of system integration capabilities; prefer table format for comparison against desired capabilities and specifications o Has your company performed this type of effort or similar effort (to include size and complexity) either currently or in the past to another Government agency or Non-Government customer? YES or NO o Description of similar efforts ongoing or completed as such efforts map to the requested capabilities and specifications within this RFI; include identification of the associated government sponsor(s) o References with POC information to include name, organization, contract number, phone, and email of customers (preferably government) using comparable products o Availability of spare parts and support services o Price - Size status(es) under this RFI's identified size standard (SB, 8a, SDVOSB, etc) - If a different NAICS code appears more appropriate for this action, please provide the suggested code with an explanation as to why it is more appropriate. Note: Your organization does not currently need to be registered under the NAICS to provide capabilities information in response to this RFI. - Please estimate the maximum percentage of the overall requirement which your organization could perform with in-house resources. Consider the language at FAR Clause 52.219-14(c) -- Limitations on Subcontracting in your response. - Upon any eventual release of a Request for Proposals, is your organization's intent to issue a proposal as Prime Contractor for this effort, or as a Subcontractor? Valid Accounting System 1. Since it is anticipated that any RFP and resulting award that would be made based on responses to this RFI may be a cost reimbursable type contract, the offeror would be required to provide documentation necessary to demonstrate that their accounting system is adequate in accordance with the requirement in FAR 16.301-3(a) with respect to cost type contracts. This requirement also applies to subcontractors if subcontractor costs are proposed on a cost reimbursable basis. (a) Please state whether your accounting system has been verified as adequate by the Defense Contract Audit Agency (DCAA) within the last three years? Yes or no. (b) If you answered quote mark Yes quote mark to question 4(a), you do not need to complete 4(b). If an offeror's accounting system has not been found adequate by DCAA or has NOT been examined by DCAA, the offeror will need to be in compliance with FAR 16.301-3(a). Guidance for providing documentary evidence regarding this requirement may be found on Standard Form (SF) 1408-14. Would your company be able to meet these minimum requirements? If so, how?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5cf52b85dba23db231db2226d84aff74)
 
Place of Performance
Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03609549-W 20150108/150106234615-5cf52b85dba23db231db2226d84aff74 (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.