Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2016 FBO #5209
SOURCES SOUGHT

14 -- RFI ONLY - US Army/Lower Tier Project Office has a need for a Gov't property management memo of agreement (MOA)/contract to track, monitor & manage all GFP at various Lockheed Martin Missile & Fire Control locations used in performance of PAC-3 missiles - W31P4Q-16-R-0089

Notice Date
2/25/2016
 
Notice Type
Sources Sought
 
NAICS
921190 — Other General Government Support
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-16-R-0089
 
Point of Contact
Catherine J Smith, Phone: 2569559215
 
E-Mail Address
catherine.j.smith1.civ@mail.mil
(catherine.j.smith1.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI/Sources sought ONLY- The United States Government is seeking sources to provide consolidated Government property management of special tooling & test equipment used in the performance of research, engineering services, production, retrofit, repair and training related services for the Lower Tier Project Office, PATRIOT PAC-3 Missile System at Lockheed Martin Missile and Fire Control Company's facilities RFP Number: Notice Type: W31P4Q-16-R-0089 Sources Sought Synopsis: This is a request for information (RFI) only. This is not an invitation for bids (IFB), request for quotations (RFQ), or request for proposals (RFP). The United States Government (USG) is seeking sources to provide consolidated Government property management of special tooling and test equipment used in the performance of research, engineering services, production, retrofit, repair and training related services for the Lower Tier Project Office (LTPO) Phased Array Tracking Radar to Intercept of Target (PATRIOT) Advance Capability (PAC)-3 Missile System at Lockheed Martin Missile and Fire Control Company's facilities. Background: The US Army, LTPO, has a need for a Government property management memorandum of agreement (MOA)/contract to track, monitor, and manage all Government Furnished Property (GFP) at various Lockheed Martin Missile and Fire Control Company locations used in the performance of PAC-3 Missile System related contracts. No funds will be obligated for performance of this MOA/contract. This contract will act as a MOA between the USG and Lockheed Martin Missile and Fire Control for special tooling and test equipment use located at Lockheed Martin Missile and Fire Control Company. This MOA/contract will include access to classified information and will require the contractor to be a US corporation, which has a secure manufacturing facility and the ability to maintain a communication security (COMSEC) account. Further, the Defense Contract Management Agency (DCMA) will be asked to conduct a pre-award survey of the contractor's facility to determine the capability to successfully fulfill the requirements of this contract to minimize risk to the PAC-3 program schedule. Interested firms who believe they are capable of providing the above mentioned items are invited to indicate their interest by providing: 1. Company name, company address, overnight delivery address (if different from mailing address, Cage Code, point of contact, e-mail address, telephone number, fax number. 2. Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc.) 3. Affirmation of cleared personnel. 4. A description of the company's expertise in providing manufacturing expertise and producing hardware as identified above. 5. The company's experience in meeting contractual due dates for similar type efforts. All responses shall be unclassified. All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. The closing date for this RFI is 14 March 2016. The Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or any subsequent exchange of information. All responses shall be transmitted electronically to catherine.j.smith1.civ@mail.mil. POC: Cathy Smith Contract Specialist Army Contracting Command, Redstone Arsenal (ACC-RSA) CCAM-PAC 256-955-9215 catherine.j.smith1.civ@mail.mil This RFI is for planning purposes only and shall not be considered as an IFB, RFQ, or RFP. Additionally, there is no obligation on the part of the Government to acquire any products described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Army in developing its acquisition strategy. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Contractors that would like to become source approved should follow the appropriate steps to become a source approved supplier as outlined on the AMCOM Competition Management Office website page entitled "Missile SAR Instructions" for more detailed information on the process. The address for this web page is: http://amcomdmz.redstone.army.mil/casl_cmo/casldba.casl_cmo_samsar_submittal_inst?p_which_one=MISSILE. The Aviation and Missile Command Engineering Data Information System group will determine the contractor's ability to receive the information requested through in-place processes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/337c287b84d143e3dc3f315bd07fcb9d)
 
Record
SN04031183-W 20160227/160225234822-337c287b84d143e3dc3f315bd07fcb9d (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.