Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2016 FBO #5161
SOURCES SOUGHT

A -- Engineering, Analysis, Test and Technical Support Services (EATTS4)

Notice Date
1/8/2016
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
SSN-16-0001
 
Archive Date
1/29/2016
 
Point of Contact
Benyetta M. Robinson, Phone: 7578782771, Laurie Pierce, Phone: 7578782071
 
E-Mail Address
benyetta.m.robinson.civ@mail.mil, laurie.a.pierce2.civ@mail.mil
(benyetta.m.robinson.civ@mail.mil, laurie.a.pierce2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Aviation Development Directorate - Aviation Applied Technology Directorate (ADD-AATD), U.S. Army Contracting Command is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support a non-commercial, indefinite delivery, indefinite quantity (IDIQ) contract to provide engineering, analysis, test and technical services to support various U.S. Army and other Department of Defense (DoD) organizations that use products, technology, and services unique to The Boeing Company, which includes but is not limited to the AH-64 Apache, H-47 Chinook, A/MH-6M Little Bird, Enhanced Medium Altitude Reconnaissance and Surveillance System (EMARSS), and Scan/Night Eagle Intelligence, Surveillance, and Reconnaissance (ISR). The requirement involves ADD-AATD or ADD-AATD customer initiatives to improve the capability of, expand the service life of, or correct deficiencies of U.S. Army variant rotorcraft and systems. The estimated maximum value of the contract will be $92.5 million. The minimum order value will be $25,000 and will be obligated concurrently with award of the IDIQ contract. The results of this market research will contribute to determining and/or validating the planned acquisition strategy. The applicable North American Industry Classification System (NAICS) code for this procurement is 541712. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is voluntary and the Government will not reimburse any costs incurred for providing a response. The intended source is The Boeing Company, 5000 E. McDowell Road, Mesa, Arizona 85215-9707. Boeing is the original designer and manufacturer of specific Army aircraft to include AH-64 Apache, H-47 Chinook, AH/MH-6M Little Bird, A-160/YMQ-18A Hummingbird, and Scan/Night Eagle Intelligence, Surveillance, and Reconnaissance (ISR). Specifications, plans or drawings relating to this procurement are not available and cannot be furnished by the Government. Performance locations will vary. The ordering period for the IDIQ contract will be five years. The North American Industry Classification System (NAICS) is 541712 and the small business size standard is 1500 employees. This notice is not a request for proposal; however, if your firm has the potential to perform these contract services, please provide the following information: (1) Organization name; physical, email and website addresses; telephone number, business size and CAGE code and/or DUNS number; (2) Fully detailed capability statement with any supporting documentation to substantiate claims of capability, experience and past performance; (3) If subcontracting and/or teaming is contemplated, the administrative/management aspects of the arrangements must be addressed. The Government will evaluate all responses to ascertain market capability to determine if there are other firms which can (1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; (2) secure and apply the full range of corporate financial, human and technical resources required to perform the requirements; (3) implement a successful project management plan; and (4) otherwise meet the requirements to provide the required services. Feedback to responses will not be provided. Based on responses received to this sources sought, the planned sole source acquisition strategy may be revised as necessary. Submission Instructions: All responsible sources may submit a response which will be considered by the agency. Responses to this notice are due no later January 28, 2016, 2:00 p.m. EST. Written responses hall be submitted to AATD, ATTN: CCAM-RDT, Benyetta (Toy) Robinson (Contract Specialist), Building 401 Lee Boulevard, Fort Eustis, VA 23604-5577 or may be emailed to Benyetta.m.robinson.civ@mail.mil. Phone numbers for points of contact are Benyetta (Toy) Robinson (757) 878-2771 or Laurie Pierce (Contracting Officer) at (757) 878-2071, laurie.a.pierce2.civ@mail.mil. Anyone desiring an explanation or interpretation of this notice must request it in writing at one of the above addresses. Point of Contact Benyetta (Toy) Robinson, 757-878-2771 Email your questions to Aviation Development Directorate - Aviation Applied Technology Directorate at Benyetta.m.robinson.civ@mail.mil Postal Code: 23604-5577 Country: US
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e9237906d1eb0fc1dabfa7ce6ce65225)
 
Place of Performance
Address: Aviation Development Directorate - Aviation Applied Technology Directorate, Fort Eustis, Virginia, 23604-5577, United States
Zip Code: 23604-5577
 
Record
SN03986968-W 20160110/160109132851-e9237906d1eb0fc1dabfa7ce6ce65225 (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.