SOURCES SOUGHT
23 -- NAVFAC EXWC has a potential requirement to procure Multi-Mission Explosive Ordnance Disposal (EOD) Response Trucks (MERTs)
- Notice Date
- 3/16/2018
- Notice Type
- Synopsis
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
- ZIP Code
- 93043
- Solicitation Number
- N3943018RMERT
- Response Due
- 3/30/2018
- Archive Date
- 4/14/2018
- Point of Contact
- Carolyn Contreras, (805) 982-5195
- Small Business Set-Aside
- Total Small Business
- Description
- The Naval Facilities Engineering Command (NAVFAC) Engineering and Expeditionary Warfare Center (EXWC) has a requirement to procure Multi-Mission Explosive Ordnance Disposal (EOD) Response Trucks (MERTs). The MERT has two primary compartments; the front vehicle operator ™s compartment and the rear EOD technician compartment. The rear EOD technician compartment shall be divided into two sub-compartments; EOD personnel work area and robot storage/garage area. Naval Explosive Ordnance Disposal (EOD) Shore Detachments that are based within the Continental United States (CONUS) require a specialized vehicle to support their mission. CONUS based EOD units support both the Department of Defense (DoD) in CONUS, and local, state, and federal authorities as required. The MERT will be a highly mobile, wheeled vehicle platform with a full suite of mission equipment, communication gear, and electronics capabilities specifically designed for Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR), explosive hazards, and EOD operations. In addition, the MERT must be reconfigurable. Reconfiguration capability should include integrating additional components such as communications equipment; external Chemical, Biological, Nuclear, and Radiological (CBNRE) detectors; external camera and sensors; etc., as noted in ˜Attachment A. ™ To accomplish this reconfiguration capability, the vehicle must be able to provide optimum flexibility in both internal and external configuration to the MERT. The vehicles must be able to integrate specialty items specified in the requirements. There is an additional requirement for wiring trunks/conduit and channeling for future expansion of capability. Interested vendors need to consider maximizing Commercial off-the shelf (COTS) components when balanced against other requirements within this RFI. ˜Attachment A ™ provides an overview of specifications for a project the Government is considering. Inclusion of ˜Attachment A ™ with this RFI is intended to provide prospective contractors with a rough scope of potential work; the actual details within the work scope may be different if released for solicitation. All interested parties are invited to submit responses (using the ˜Attachment B ™ as a template on the attached Statement of Interest or as part of your submittal) describing their ability to perform the work requirements or describing any products with similar capabilities. ˜Attachment B ™ includes space for the parties to describe their experience, qualifications, past performance, company information, business size and status as it relates to the NAICS code provided, and any other relevant information. Also, ˜Attachment B ™ includes space for indicating if any interested party has been US Government accredited for any of the following: Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZoneSB), Veteran-Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and if applicable, Historically Black Colleges or Universities and Minority Institutions (HBCU/MI). This in performance of a potential contract including solo effort, joint venture, teaming arrangement, or subcontractor. Submissions should be five megabytes or less and in a format compatible with Microsoft Office. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. EXWC is conducting market research to determine the range of available contractors and assess their capabilities to perform the work requirements described. This RFI is issued solely for information and planning purposes “ it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party ™s expense. The Government will treat all information received in response to this notice as proprietary and such information will be safeguarded in accordance with applicable Government regulations. Responses to this sources sought request for information will not be returned. An award will not be made on any information or offers received in response to this notice. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor that site for additional information pertaining to this requirement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAR-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/45e7508091c0fb2574013ce6ce4e844e)
- Record
- SN04857522-F 20180318/180316230947 (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 |