Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2020 SAM #6694
SOURCES SOUGHT

A -- Action to increase the ceiling for research and development of program Soldier Tactical/Expeditionary Power and Energy Generation Services

Notice Date
3/26/2020 1:31:59 PM
 
Notice Type
Sources Sought
 
NAICS
54171 — Research and Development in the Physical, Engineering, and Life SciencesT
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGU-18-C-0025
 
Response Due
4/6/2020 12:00:00 PM
 
Archive Date
04/21/2020
 
Point of Contact
Denise L Svezzese, Phone: 4438614650, Nina M Bushnell, Phone: 4438614649
 
E-Mail Address
denise.l.svezzese.civ@mail.mil, nina.m.bushnell.civ@mail.mil
(denise.l.svezzese.civ@mail.mil, nina.m.bushnell.civ@mail.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
Synopsis: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. �The Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR), Communication, Power & Integration (CP & I), intends to issue a sole source action to contract W56KGU-18-C-0025 awarded to General Technical Services L.L.C (GTS).� The purpose of this action is to increase total contract ceiling and increase the level of effort (LOE) for option year 1, option year 2, option year 3, and option year 4. This request is for planning purposes, and does not constitute an invitation for bids, request for proposals, Quotes, or an indication that the Government will contract for the items contained in this notice. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR RESPONSES. Background and Description: The Command Power and Integration Directorate (CP&I), Power Division (PD) located at Aberdeen Proving Ground, Maryland and Fort Belvoir, Virginia supports a multitude of programs related to the generation, storage, management and distribution of power and energy.� The devices that these efforts impact range from soldier worn devices to large trailer mounted generators.� These programs incorporate all aspects of the life cycle of these technologies, starting with the advanced development of emerging state of the art technologies through prototype system integration, (including engineering design, fabrication, assembly and packaging), to installation, test and evaluation, and eventually fielding, sustainment and follow-on support.�� The United States Army Contracting Command- Aberdeen Proving Ground, MD (ACC-APG) issued a formal Request for Proposal (RFP) for a Women Owned Small business set-aside, sixty (60) month Cost-Plus-Fixed-Fee (CPFF) contract for non-personnel services contract to provide Soldier Tactical/Expeditionary Power and Energy Generation Services in support of the United States Army Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR), Command Power and Integration Directorate (CP&I), Power Division (PD) located at Aberdeen Proving Ground, Maryland and Fort Belvoir, Virginia in accordance with the Performance Work Statement (PWS) Soldier Tactical/Expeditionary Power and Energy Generation Services In Support of CERDEC, Command, Power and Integration Directorate Power Division. The contract was awarded to General Technical Services L.L.C (GTS), 1451 State Route 34, Ste. 301, Wall Township, NJ� 07727-1615. GTS maintains required technical & engineering support for the development of advanced power & energy technologies for insertion into Soldier, Small Unit Power (i.e. technologies that can be worn or carried and for use by the Soldier, Squad & Platoon operational units) and Expeditionary (i.e. Base Camps & Tactical Sites) systems.� The overarching goal for the Small Unit Power technologies is to provide sufficient energy for 72 hours without resupply.� The aim for all technologies is to significantly increasing power and energy densities while reducing weight, size and cost.� The type of technologies that may be developed under this effort include, but are not limited to, the following: Energy Storage Technologies Energy Harvesting Technologies Power Management and Distribution Technologies Non-Fossil Fuel Based Power Generation Fast/Ultra-Fast Charging Methodologies Electromechanical Energy Conversion Advanced Power Source Analysis Tools Diagnostic/Prognostic Test and Evaluation Equipment Logistics Support Material Purchasing Request for Information: The Government is requesting contractors to provide sufficient information in the form of a capability statement which demonstrates capability and experience in providing the Soldier Tactical/Expeditionary Power and Energy Generation Services support described above. Interested sources are requested to submit a brief Summary of Demonstrated Capabilities. In addition, interested sources must address the following Market Survey Questionnaire: 1. Administrative Information a. Company Name b. Mailing Address and Website c. Commercial and Government Entity (CAGE) Code d. North America Industry Classification System (NAICS) number. e. State your companies associated Business size and eligibility under U.S. Government social-economic programs and preference (i.e., type of business -large, small, small-disadvantaged, women-owned, veteran owned or 8(a)). f. Data Universal Numbering System (DUNS) number g. Location of facility(s) h. Subcontracting Plan (if applicable) 2. Person(s) Responding to RFI a. Name b. Title c. Company Responsibility/Position d. Telephone Number/Fax Number e. Email Address 3. Describe your company's ability to perform the required tasks: The purpose of the market survey is to locate potential industry sources capable of providing the necessary procurement of additional systems and providing system support services for the Soldier Tactical/Expeditionary Power and Energy Generation Services. This effort is intended to provide an increase in labor, materials, and travel for the development of advanced power and energy technologies for insertion into Soldier, Small Unit (i.e. Squad & Platoon operational units) and Expeditionary (i.e. Base Camps & Tactical Sites) systems.� See Attachment 1 Updated PWS for the technologies to be considered. See Attachment 2 for increased LOE requirements. See Attachment 3 for increase to material and travel. Interested vendors are required to provide an approach to meet the requirements and be able to demonstrate Soldier Tactical/Expeditionary Power and Energy Generation Services capabilities. The purpose of this Sources Sought Notice is to update the Market Research currently on file for the Soldier Tactical/Expeditionary Power and Energy Generation Services program to include contracts/task orders W56KGU-18-C-0025 (Cost Plus Fixed Fee (CFPP) and Cost). This contract vehicles will continue to be utilized to procure systems and provide support functions required to deploy and maintain the readiness and operational capability of the Soldier Tactical/Expeditionary Power and Energy Generation Services. Response Information: Responses to this RFI must be unclassified and should not exceed 20 pages in length in either one continuous Microsoft Word document or one Microsoft Power Point document. The Government will not reimburse responders to this notice for any costs incurred in responding, or in any subsequent exchange of information. Contractors may only provide one submission per CAGE code. If your company has different business sectors which hold different CAGE codes, each sector can submit a capability package. In addition, each CAGE code must provide separate facility clearance documentation. If teaming, use the Prime Contractor's CAGE code in the response. Submission of proprietary and other sensitive information must be marked and identified with disposition instructions. Submitted material will not be returned. The information provided and received in response to this announcement is subject to the conditions set forth in FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes. NO PHONE CALLS WILL BE ACCEPTED. HAND DELIVERED PACKAGES WILL NOT BE ACCEPTED. All interested firms that possess the capabilities herein are encouraged to respond to this notice by providing the information specified herein, on or before 3:00 p.m. Eastern Daylight Time on 06 April 2020. Information shall be submitted via email to the Contract Specialist listed in this announcement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6ccfbcb8226347b6a66d57592cab1e38/view)
 
Place of Performance
Address: MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05601989-F 20200328/200326230150 (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.