Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2020 SAM #6643
SOURCES SOUGHT

99 -- Sources Sought for Common Robotic System-Heavy (CRS-H) and Medium Transportable Robotic System Increment II (MTRS Inc. II) robotic systems

Notice Date
2/4/2020 12:55:45 PM
 
Notice Type
Sources Sought
 
Contracting Office
W4GG HQ US ARMY TACOM WARREN MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV20R0085
 
Response Due
2/12/2020 10:00:00 AM
 
Archive Date
02/13/2020
 
Point of Contact
KARL BOEDECKER, Jennifer L. Jusela
 
E-Mail Address
KARL.J.BOEDECKER.CIV@MAIL.MIL, Jennifer.L.Jusela.civ@mail.mil
(KARL.J.BOEDECKER.CIV@MAIL.MIL, Jennifer.L.Jusela.civ@mail.mil)
 
Description
SOURCES SOUGHT NOTICE Description of Intent � This notice is to gauge the availability of vendors that are capable and interested in meeting the Government�s requirement for robot parts to allow the Government to repair, maintain and sustain the Common Robotic System-Heavy (CRS-H) and Medium Transportable Robotic System Increment II (MTRS Inc. II) robotic systems. The Robot Logistics Support Center (RLSC) requirement is in support of the Army, multiple customers and Foreign Military Sales (FMS). General Information: Project Manager Force Projection Robot Logistics Support Center (FP-RLSC) is issuing a Sources Sought Notice as means of conducting market research only to identify parties having interest and 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 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 costs 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 approximately four years from the date of award.� All associated parts to support the CRS-H and MTRS Inc. II robots will be incorporated into a Master Parts List (MPL) for the purpose of allowing the RLSC technicians to sustain these robotic platforms. Submission Instructions: All responding to this notice shall provide specific information to include a summary of their 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 all RLSC to repair, maintain and sustain the CRS-H and MTRS Inc. II robotic platforms. 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 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: 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). � A statement indicating if your company possesses the capability to provide the entire requirement. Provide a table to list each part you are capable of providing. � Does your company have experience as a prime contractor providing the 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: � Potential sources should only submit the minimum information necessary and shall not exceed 2 pages. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The Government may contact potential sources for additional information as required. � Interested parties are encouraged to be registered in the System for Award Management, www.beta.sam.gov prior to responding to this Sources Sought Notice. � Interested parties that consider themselves qualified to perform the above listed services are invited to submit a response to this Sources Sought no later than 1300 EST 12 February 2020. � Responses to this Sources Sought Notice shall be submitted via email to Karl Boedecker at karl.j.boedecker.civ@mail.mil and Jennifer Jusela at jennifer.l.jusela.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/498f5915f8144828bd662e488efe1294/view)
 
Record
SN05552214-F 20200206/200204230141 (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 |
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.