Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2018 FBO #6012
SOURCES SOUGHT

14 -- Switchblade Hardware Production FY19-26

Notice Date
5/8/2018
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
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
W31P4Q18R0101
 
Archive Date
6/8/2018
 
Point of Contact
Nathaniel B. Cunningham, Phone: 2568426325
 
E-Mail Address
Nathaniel.B.Cunningham.civ@mail.mil
(Nathaniel.B.Cunningham.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS The U.S. Army Contracting Command - Redstone Arsenal, AL (ACC-R) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to produce the Switchblade Aerial Munitions Systems hardware. This requirement includes the production of Switchblade All Up Rounds (AURs), Fire Control Units (FCUs), Inert Training Vehicles (ITVs), Training Simulators (T-Sims), Multi-pack Launchers, Modular Battery Payloads, Modular Battery Payload Chargers, Pneumatic Tactical Launcher Simulators, and Catch Nets. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336414. 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 purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to: 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 capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, A DETERMINATION WILL BE MADE TO AS TO THE EXTENT OF THE COMPETITION AND POTENTIAL FOR SET ASIDES AVAILABLE FOR THIS REQUIREMENT. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Based on the history of the requirements of the Switchblade program, it is contemplated that this award will be made on an Other Than Full and Open Competition, Sole Source basis in accordance with Federal Acquisition regulation (FAR) 6.302-1. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. PROGRAM BACKGROUND Currently these services are being provide by AeroVironment Inc. on contract W31P4Q-17-C-0193. Previously on similar requirements, this firm was determined to be the only responsible source available to satisfy the agencies requirements. The anticipated Period of Performance for the support of the Switchblade weapon system will be from FY 19-26. The proposed acquisition is to provide services as depicted in the following paragraphs. SUBMISSION INSTRUCTIONS: Interested parties who consider themselves qualified to perform the above-listed services are hereby invited to submit a response to this Sources Sought Notice not later than 24 May 2018 at 9:00AM CDT. Submitted capabilities statement shall be no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. All responses under this Sources Sought Notice must be in either Microsoft Word or Portable Document Format (PDF), and submitted via email to Nathaniel.B.Cunningham.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. Responses must address at a minimum the following items: 1) What type of work has your company performed in the past in support of the same or similar requirement? 2) Can or has your company managed a task of this nature? If so, please provide details. 3) Can or has your company managed a team of subcontractors before? If so, provide details. 4) What specific technical skills does your company possess which ensure capability to perform the tasks? 5) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 6) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/17869ebede4e78f8b93dd08a2d0dcbe1)
 
Record
SN04914182-W 20180510/180508230847-17869ebede4e78f8b93dd08a2d0dcbe1 (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.