SOURCES SOUGHT
A -- Sources Sought for Support Services & Hardware for Program Executive Office (PEO) Aviation at United States Army Missile and Aviation Command (AMCOM)
- Notice Date
- 11/19/2019 1:52:42 PM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-20-R-0135
- Response Due
- 12/5/2019 2:00:00 PM
- Archive Date
- 12/20/2019
- Point of Contact
- Lisa Dawn Duncan, Wendy Wilson
- E-Mail Address
-
lisa.d.duncan.civ@mail.mil, wendy.a.wilson.civ@mail.mil
(lisa.d.duncan.civ@mail.mil, wendy.a.wilson.civ@mail.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- In accordance with FAR Part 15.201 and FAR Part 19.8, the United States Government (USG), Army Contracting Command Redstone Arsenal (ACC-RSA) is seeking sources for services and hardware from 8(a) - Native American small business set-aside firms in support of Program Executive Office (PEO), Aviation for USG and Foreign Military Sales (FMS) for a new, standalone 5-year Indefinite Delivery Indefinite Quantity. Please see Appendix A for additional informationThe services, to include travel, will be on-site and off-site positions with Prime Mission Equipment located on Redstone Arsenal AL, other United States locations, and locations around the world. Responders must have experience with Army Aviation and FMS, be able to support substantial monthly cash flows to include investment back in office systems such as DELTEK, have quality certifications ISO/AS9100, and have a Huntsville, AL office presence. IAW Appendix A, only electronic responses may be submitted; hard copy responses are not allowed. Electronic transmissions shall not exceed 8.0 gigabytes and responses in the form of white papers should be limited to 20 pages in length not including cover page. Proprietary information should be clearly marked and separated as an addendum. No classified documents shall be included in RFI response. Please be advised all information submitted in response to the RFI becomes the property of the USG and will not be returned. NO PHONE CALLS WILL BE RECIEVED.All submissions should include the following information: (1) The notice number in the subject line of the response, the respondent’s name, address, email address, website address, telephone number, and size and type of ownership for the organization; (2) Tailored capability statement addressing their interest, qualifications, and performance history with respect to Appendix A; (3) All teaming arrangements and how they were determined as best suited to the requirements listed in Appendix A; (4) Substantiated evidence of their capabilities and successes for the same or similar efforts cited in Appendix A. No feedback or evaluations will be provided to respondents regarding their submissions. Follow-up discussions may be conducted with respondents. The requested information is solely for informational, market research, and planning purposes and is not a request for competitive proposals, quotations or an invitation to reimburse respondents for either effort or associated costs to respond or for any information provided. This notice does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. All costs associated with responding to this notice will be solely at the responding party's expense. Not responding to this notice does not preclude participation in any future RFP, if any is issued. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contact. It is the responsibility of the interested parties to monitor the System for Award Management (beta.SAM.gov) site for additional information pertaining to this notice.Interested parties who consider themselves qualified to perform the above listed services are invited to submit a response no later than 4 PM CST 5 December 2019 from the posting date of this notice. Please submit responses to Lisa Duncan at lisa.d.duncan.civ@mail.mil with a copy furnished to Wendy Wilson at wendy.a.wilson.civ@mail.mil. In the event a file is too large to send over email contact Wendy Wilson at wendy.a.wilson.civ@mail.mil to request an a drop off link for the DOD safe site at https://safe.apps.mil and provide a separate email before the closing date of this notice.NO PHONE CALLS WILL BE ACCEPTED REGARDING THIS NOTICE. ALL CORRESPONDANCE ON THIS NOTICE MUST BE SENT VIA EMAIL
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/495a683040824597bc14e93cd53eb342/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05498959-F 20191121/191120094814 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |