Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2019 FBO #6557
SOURCES SOUGHT

99 -- Dragon Runner

Notice Date
11/6/2019
 
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 - WRN (W56HZV)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV20R0027
 
Archive Date
12/21/2019
 
Point of Contact
Eric M. Ball, , Jennifer L. Jusela,
 
E-Mail Address
eric.m.ball10.civ@mail.mil, jennifer.l.jusela.civ@mail.mil
(eric.m.ball10.civ@mail.mil, jennifer.l.jusela.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE I. Description of Intent This notice is to gauge the availability of vendors that are capable and interested in meeting the Government's requirement for multiple robot variants and every part available to allow the Government to sustain, maintain, reset and recap each robotic platform listed. The Robot Logistic Support Center (RLSC) overall requirement for robots include multiple configurations of the Dragon Runner-10 (DR-10) and the Dragon Runner-20 (DR-20) robotic platforms including all available parts. This RLSC requirement is in support of multiple Customers and Foreign Military Sales (FMS). II. General Information: RLSC is issuing a Sources Sought Notice as a means of conducting market research only to identify parties having an interest and the resources to support this requirement. The information gained will be used for preliminary planning and to determine the availability of qualified contractors to provide these robotic systems and parts. The information received will be used by the Government to facilitate the decision-making process and if a solicitation is issued subsequent to this notice, information received from respondents will aid in the decision of whether to issue a solicitation as a competitive set-aside for qualified Small Businesses, Vendors with General Services Administration (GSA) Schedules, or whether to issue a solicitation as an unrestricted full and open competition. The Government assumes no financial responsibility for cost incurred with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal (RFP) and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results regarding the sources sought. Any subsequent contract would be Firm-Fixed Price (FFP) with a period of performance of four years from the date of award. All robot variants, every part associated with each variant to complete all sustainment, maintenance, reset and recap actions will be incorporated into the potential contract as a Master Parts List (MPL). III. Submission Instructions: All responding to this notice shall provide specific information to include a summary of its company's capabilities. Information to be provided shall include a Capability Statement which demonstrates the skills, experience, knowledge, and capabilities necessary to perform the Government's requirement to provide all associated parts to sustain, maintain, reset and recap each robotic platform. Statements should address the contractor ability to obtain and provide the relevant MPL. The contractor shall address how it plans to ensure that the parts and all robotic platforms will comply in all respects with the manufacturer's performance requirements for each part number and its plan for communicating with the Government regarding any required updating of the MPL as needed for part numbers or nomenclatures to ensure a complete Bill of Material (BOM). The contractor response should list the firm's specific skills, experience, knowledge, and capabilities to complete these requirements, including, but not limited to a description of corporate experience with similar projects. The Capability Statement should include: 1. Contact information including: Company Name: Address: Point of Contact: Phone Number: Email Address: DUNS/Cage Code: Website Address: Type of Organization: Business Type(s): [ ] Large Business (LB), [ ] Small Business (SB), [ ] HUBZone (HZ), [ ] Service Disabled Veteran Owned Small Business (SDVOSB), [ ] Woman Owned Small Business (WOSB), [ ] 8(a) Business Development Program, [ ] Small Disadvantaged Business (SDB), [ ] Veteran Owned Small Business (VOSB). 2. A statement indicating if your company possesses the capability to provide the entire range of parts/robots called for in this requirement. Does your company have the ability to provide any, some, or all of the parts/robots of this requirement? Provide a table to list each part/service you are capable of providing. 3. Does your company have experience as a prime contractor providing the systems and parts of the same or similar type effort(s) (to include size and complexity) within the past five years? If yes, please provide the following information: Contract number(s): Dollar value(s): Point of Contact (POC): POC Email address: POC Phone number: Brief description of your direct support of the effort: Similarity of scope, effort, complexity: 4. Potential sources should only submit the minimum information necessary and shall not exceed ten pages. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding its submissions. The Government may contact potential sources for additional information as required. 5. Interested parties are encouraged to be registered in the System for Award Management, www.sam.gov prior to responding to this Sources Sought Notice. 6. Interested parties that consider themselves qualified to perform the above listed requirements are invited to submit a response to this Sources Sought no later than 1300 EST 6 December 2019. 7. Responses to this Sources Sought Notice shall be submitted via email to Eric Ball at eric.m.ball10.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/58ae47193cae5d0e76f0106b3c366ac8)
 
Record
SN05491436-W 20191108/191106230734-58ae47193cae5d0e76f0106b3c366ac8 (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.