SOURCES SOUGHT
L -- System Technical Support (STS) for the Vehicle Mounted Mine Detector (VNMD) Husky M1231
- Notice Date
- 6/5/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - WRN (W56HZV)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
- ZIP Code
- 48397-5000
- Solicitation Number
- w56hzv18r0157
- Archive Date
- 7/7/2018
- Point of Contact
- Jack Lingenfelter, Phone: 5862823494
- E-Mail Address
-
john.j.lingenfelter.civ@mail.mil
(john.j.lingenfelter.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY AND IS NOT AN INVITATION FOR BIDS (IFB), A REQUEST FOR QUOTE (RFQ), A REQUEST FOR PROPOSAL (RFP), OR AN ANNOUNCEMENT OF A FORTHCOMING SOLICITATION. AS SUCH, YOUR RESPONSE IS NOT AN OFFER. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME AND RESPONDERS WILL NOT BE PLACED ON A SOLICITATION MAILING LIST. PROVIDING A RESPONSE TO THIS NOTICE IS COMPLETELY VOLUNTARY AND NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS REQUEST OR ANY FOLLOW-ON REQUESTS FOR INFORMATION. THE GOVERNMENT WILL NOT RANK SUBMITTALS OR PROVIDE ANY REPLY TO INTERESTED FIRMS. The Army Contracting Command-Warren is issuing this request for information (RFI) announcement as part of a market survey to determine the level of interest among QUALIFIED small and large business contractors for providing System Technical Support (STS) for the Vehicle Mounted Mine Detector (VMMD) Husky M1231. Under the pending effort, the contractor will be responsible for providing STS services for the VMMD Husky M1231, consisting of tasks and efforts in the disciplines of: a. Management and Administration b. Engineering Support c. Configuration Management d. Technical Data Package Revision Services e. Analysis of Field Problems f. Software Support Equipment g. System Test Program Description h. Special Tools and Support Equipment i. Product Assurance and Quality j. Logistics Management Information for Distribution k. Modification Work Orders (MWOs) l. Contractor Field Service Representatives (FSRs) and Engineer Service Representatives (ESRs) Interested and qualified sources should provide the following: 1) A brief description of your company, including name of the organization, mailing address, website, Commercial and Government Entity (CAGE) code, Data Universal Numbering System (DUNS) Number, and Tax ID Number. 2) Your organization's size category for each of the North American Industry Classification System (NAICS) codes provided below (Please visit http://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf for more information, if needed.) NAICS Code(s): 3) The business status of your company (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, Small Disadvantaged Business, etc.) 4) A detailed capabilities statement stating your organization's capabilities in providing the same or similar item described in this notice. If the services of sub-tier vendors or subcontractors is utilized, those vendors or subcontractors must meet the criteria identified herein. 5) A detailed description of your organization's previous experience at providing STS services, particularly with respect to the same or similar item described in this notice (VMMD Husky M1231 and military applications). 6) A detailed description of your company's experience with the same or similar item described in this notice (VMMD Husky M1231), including usage, quantities, service, and if logistics data and Technical Manuals were included. 7) A list of previous contracts awarded by the Government for STS services and in relation to the same or similar item described in this notice (VMMD Husky M1231). 8) The name, title, telephone number, and email address of the survey respondent. NOTE: The survey respondent should be an individual who is duly authorized to manage any/all technical issues and/or questions, and be an individual who is authorized to manage any/all contractual issues and/or questions. 9) A positive statement of interest to submit a proposal Potential Offerors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Interested organizations may submit their capabilities, and qualifications to perform the effort in writing to the identified point of contact not later than 5:00 PM EST on 22 June 2018. Such capabilities and qualifications will be evaluated solely for the purpose of determining if this procurement can be accomplished on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Oral communications ARE NOT acceptable in response to this notice. No questions will be taken at this time. If and when a solicitation is posted, questions will be taken at that time and answered via a live Question and Answers Document. The Government acknowledges its statutory and regulatory obligations under the Federal Acquisition Regulation (18 U.S.C. §1905) to protect confidential information provided to the Government. Pursuant to this statute, the Government is willing to accept any trade secrets or proprietary restrictions placed upon qualifying data forwarded in response to this survey and to protect such information from unauthorized disclosure, subject to all of the following: • Qualifying data must be clearly marked TRADE SECRETS or PROPRIETARY and be accompanied by an explanatory text, stating the rationale to protect the information. • Only mark the data that is trade secrets truly proprietary. • Do not mark data that is already in the public domain or is already in possession of the Government or third parties on an unclassified basis. • Proprietary data transmitted electronically must have the TRADE SECRETS or PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: "PROPRIETARY INFORMATION BEGINS" and "PROPRIETARY INFORMATION ENDS." Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement to: Jack Lingenfelter Contract Specialist Telephone (586) 282-3494 E-mail john.j.lingenfelter.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ec2e8764048a8645be4a6a385d690eb6)
- Record
- SN04944398-W 20180607/180605231230-ec2e8764048a8645be4a6a385d690eb6 (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 |