Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2016 FBO #5508
SOURCES SOUGHT

58 -- Second Generation Forward Looking Infrared Commander's Independent Thermal Viewer, Components, Repair and Engineering Services - Attachment 001 and Attachment 002

Notice Date
12/20/2016
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 2461 Eisenhower Avenue, Alexandria, Virginia, 22331, United States
 
ZIP Code
22331
 
Solicitation Number
W909MY-17-R-C004
 
Archive Date
1/26/2017
 
Point of Contact
Zun Z. Lin, Phone: 7037040848
 
E-Mail Address
zun.z.lin.civ@mail.mil
(zun.z.lin.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 001 and Attachment 002 The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir is conducting market research on behalf of the US Army Product Manager Ground 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 to manufacture and deliver the following: 1. Second Generation Forward Looking Infrared (2GF) Commander's Independent Thermal Viewer (CITV) and CITV components. SEE ATTACHMENT 0001 FOR A COMPLETE PARTS LIST AND QAUNTITIES These items will be used as replacements for existing failed/damaged items or may be used in new Foreign Military Sales (FMS) or US Army systems. A contract is planned to be awarded as an Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract with the potential of "up to" quantities as shown in Attachment 0002 to be procured over a period of five to seven years. 2. Repair/refurbish of CITV and components of pre-existing or new configurations as listed in attachment 0001. 3. Provide Engineering & Technical services associated with this hardware. 4. If you cannot manufacture the current CITV and components, do you have the capability to manufacture a viable replacement of similar items? (top level assemblies and/or subassemblies) 5. Engineering & Technical Services - Includes qualification testing, conformance inspection, obsolescence mitigation, and software maintenance. Repair Data - data required during associated repair efforts 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 Interface and Performance Requirements - The following list contains 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-12987771 Performance Specification for the 2GF Block 1 CITV 3. MIL-PRF-5009755E Performance Specification for the 2GF Standard Advanced Dewar Assembly Type II (SADA II) Interface Control Documents - The following list contains Interface Control Documents that suppliers will need in order to meet to be considered fully qualified: 1. A3298946B Interface Control Document for the 2GF Block-1 B-Kit 2. 19200-12991282 Interface Control Document for the 2GF Block 1 CITV 3. A3190635H Interface Control Document for the SADA II For any questions regarding the above technical data or information, to include Attachment 0001 showing the CITV Parts List, please contact the below POC: Sergio Molina, Contract Specialist, Email: sergio.j.molina.civ@mail.mil Please note the following: There is no Government funding available for development and test of the CITV or its components. Foreign participation is excluded. Sources responding to this Request for Information (RFI) are requested to provide answers to the following questions with as much detailed information as possible: 1. Brief summary of the company Company Information Company Name: Company CAGE Code: Company DUNS Number. If your Company holds a GSA Schedule contract (541 or other), please provide the Schedule number Company: Address Company Phone # Company email: Company Representative and Business Title: Company Socioeconomic Classification -- (Small Business (SB), (8)(a), Woman-Owned (WOSB), Economically-Disadvantaged Women-Owned (EDWOSB), Veteran-Owned and Operated(VOSB), Service-Disabled Veteran-Owned, (SDVOSB), or Historically Underutilized Small Business-Zone (HUBZone), Historically Black College and Universities/ Minority Institutions (HBCU/MI)): 2. Qualifications in Thermal Imaging/Infrared Technology for this effort or like efforts. 3. Does your company possess the technical data and capability to manufacture the CITV and/or its components? If you do not presently manufacture the CITV, components or a like system, how long would it take your company to develop, test, qualify, manufacture, and deliver a CITV system or system components? 4. If your company cannot provide the entire range of these requirements, please list which requirements your company can provide. Capabilities Provide the requested information for up to five (5) projects your company/team has performed within the past five (5) years. For each project, provide responses to the set of questions below. a. Agency/Customer: b. Project Name: c. If you have experience as a prime contractor, please provide as much of the following information as possible: 1). Number of task orders you were prime on 2). Contract number(s) d. Identify the agency or non-government customer, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar items commercially. e. Aggregate dollar value of entire contract f. Aggregate dollar value of task orders you were the prime on g. Is the work similar in scope to that of the above performance capabilities and attributes? h. Period of Performance (for base and options) I. Were you the Prime or Subcontractor? j. % of Work Performed k. Description of Work Performed l. Security Clearance Requirements (number of personnel and level of clearance and/or designation) 5. Is your company planning on business arrangements with other companies? If so, please advise of the process used in selecting members. 6. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, and/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. 7. What are the core competencies of your employees that would support these requirements? Also, please provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 8. Does your company have a SECRET facility or access to one should it be required? 9. Do all of 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? 10. Please provide your current facility size to include storage capabilities. Do your current facilities provide ample storage to allow for the production of the CITV and components based on the quantities shown in attachment 0002. 11. Discuss existing production capacity. If you do not currently have a production line what quantities are required to start one and keep it running. Additionally, what quantities per year are necessary to maintain the industrial base. 12. 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. Using the components listed in the attached Parts List Table complete the following Make/Buy Table and submit with your response. Use the following guideline: chose "Make" or "Buy" depending on whether you make (manufacture) or buy (use sub-contractor(s)) each component. If company owned technical data is subcontracted for manufacturing as a "build to print" arrangement select "Make" in the response. a. Item Description: b. NSN: c. Government Part Number: d. Qualified Items Make/Buy: Answer "Make" or "Buy" e. Comments: 13. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 14. Please provide the following Point of Contact information on all responses: QUESTIONS 15 - 18 ONLY APPLY TO THE SMALL BUSINESS RESPONDENTS: In addition to the above, small businesses responding should provide the following information: 15. If you are a small business and plan to prime please inform how you will meet the limitations on subcontracting Clause 52.219-14. 16. 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? 17. Under the current SB size standard, do you anticipate your company remaining a small business for at least the next three years, under the stated NAICS code 334511? The Government will use this information to assist in determining if this effort is eligible as a small business set aside. 18. If you are a small business, can your company sustain if not paid for 90 calendar days? 19. 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" x 11" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Responses to Small Business Questions 19 thru 22 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 "Proprietary" 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 11 January 2017. Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Send responses electronically to: Sergio J. Molina, Contract Specialist, email: sergio.j.molina.civ@mail.mil Sabin A. Joseph, Contracting Officer, email: sabin.a.joseph.civ@mail.mil Vincent E. Ramirez, PM GS, 2GF Systems Engineer, email: vincent.e.ramirez4.civ@mail.mil Contracting Office Address: Army Contracting Command, APG-Fort Belvoir 10205 Burbeck Road, Bldg 362 Fort Belvoir VA 22060-5811 Point of Contact (s): Sabin A. Joseph, 703-704-0822, sabin.a.joseph.civ@mail.mil Sergio J. Molina, 703-704-0821, sergio.j.molina.civ@mail.mil Contracting Office Address: ACC-APG-Belvoir, ATTN: CCAP-CCV-B2, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863 Place of Performance: PM Ground Sensors, 10221 Burbeck Road, Building 399, Fort Belvoir VA 22060-5806
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c2a65b09c5482b93b5b2b8b9af7a723a)
 
Record
SN04356176-W 20161222/161220234538-c2a65b09c5482b93b5b2b8b9af7a723a (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.