SOURCES SOUGHT
63 -- Casualty Control (CASCON) Communication System
- Notice Date
- 2/22/2017
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
- ZIP Code
- 23297-5000
- Solicitation Number
- SPM4A8-17-R-0004
- Archive Date
- 3/18/2017
- Point of Contact
- Lauren A. Butrico,
- E-Mail Address
-
Lauren.Butrico@dla.mil
(Lauren.Butrico@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- DISCLAIMER: This sources sought is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. A sought synopsis is a means of market research to seek possible sources for a project and to determine if a set-aside of a type is appropriate. This is not a solicitation for work, a request for proposal, nor is this to be interpreted as a requirement that the Government will purchase. Based on the information received as a result of this synopsis, the Government may change the initial acquisition strategy. The sources sought process is not restricted to small businesses. In many cases, large businesses should also respond with capability statements, as this will provide a clearer understanding of the current market. Notice of Intent to Award Sole Source Procurement: A sources sought is being conducted to verify that no other sources can meet the requirement for the construction of a Casualty Control (CASCON) System, and to determine if a set-aside of a type is appropriate. Interested sources are invited to provide their company's capability statement to support the requirement as described in this sources sought notice. Project Background: DLA Aviation, Industrial Plant Equipment Division intends to issue a sole source long-term, contract for the construction of Casualty Control (CASCON) Systems to include technical data, training, installation, testing and shipping to support the following receiving activities: Pearl Harbor Naval Shipyard & IMF, Norfolk Naval Shipyard, Portsmouth Naval Shipyard, and Puget Sound Naval Shipyard. Performance period/contract completion date will be for a minimum of one base year to include four option year periods. A CASCON system is a portable alarm and communications system composed of a number of remote alarm activation stations strategically located at alarm zones aboard the vessel and connected by cables to a shore based central alarm control station designed to provide the appropriate emergency response and personnel evacuation annunciation to shipboard incidents such as fire or flood while berthed or dry docked. The contractor shall be a qualified representative of a manufacturer's equipment specified and provide warranty and replacement part support. Documented proof of technical knowledge of the proposed equipment shall be required. All offerors shall have work experience of not less than five years of similar scope, magnitude, and complexity of that detailed in the purchase description. Acquisition Approach: DLA Aviation, Industrial Plant Equipment Division intends to solicit and negotiate with only one source under the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Government intends to issue a fixed-price, indefinite delivery contract to R.B. Allen Company, Inc. to acquire a commercial item under FAR Part 12 procedures. Responses Requested: This notice of intent is not a request for competitive proposals. Interested and responsible contractors shall submit their capabilities statement by the closing date of this notice to the POC listed below. Responses shall include a capability statement of the contractor's ability to meet this requirement and may not include any new or non-recurring design effort. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. The contractor's capability description should also include documentation demonstrating the following: 1. Adequate financial resources to perform the contract or the ability to obtain them considering all existing commercial and governmental business commitments. 2. A satisfactory record of integrity and business ethics, the necessary organization, experience, accounting and operational controls, technical skills, or the ability to obtain them. 3. The necessary technical and management resources and facilities or the ability to obtain them. Responses shall be limited to three (3) pages or less to include all attachments. All responses must include the following additional information: 1. Address of the firm. 2. Commercial activity/government entity (CAGE) code. 3. Small business size status. 4. Point of contact name. 5. Title. 6. Phone. 7. Email. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Responses shall be submitted electronically to Lauren.Butrico@dla.mil not later than 1400 PM EST Friday, March 3, 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A8-17-R-0004/listing.html)
- Place of Performance
- Address: multiple locations. see description., Portsmouth, Virginia, 23709, United States
- Zip Code: 23709
- Zip Code: 23709
- Record
- SN04410614-W 20170224/170222234919-6b8fd0b740393aa22745260b73eef40c (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 |