Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2020 SAM #6784
SOURCES SOUGHT

99 -- Repair Maintenance Actions (RMA) on all FLIR Robot Platforms and Parts

Notice Date
6/24/2020 10:49:40 AM
 
Notice Type
Sources Sought
 
NAICS
334 —
 
Contracting Office
W4GG HQ US ARMY TACOM WARREN MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-20-R-0225
 
Response Due
7/24/2020 10:00:00 AM
 
Archive Date
08/08/2020
 
Point of Contact
Eric M. Ball, Phone: 5862829084, Jennifer L. Jusela, Phone: 5862828895
 
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)
 
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 Repair Maintenance Actions (RMA) depot level services on all FLIR Systems robots which currently consist of PackBot, SUGV, Kobra (including Common Robotic System � Heavy (CRS-H variant)), First Look, and Medium Transportable Robotic System Increment II (MTRS Inc. II). �In addition, the RMA service requirement also includes the main components of each aforementioned robotic system. �The Robot Logistics Support Center (RLSC) technicians repair these robots and the majority of the parts, however, due to some embedded electronics, software, required specialized repair equipment and particular customer circumstances, there are periodic robots and parts that the RLSC technicians cannot repair in-house and therefore will require RMA services. General Information: Robot Logistics Support Center 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 see if any other means of procuring the Government's requirement for depot level repair services on the above FLIR robots and associated parts is available. �The information received will be used by the Government to facilitate the decision-making process and will not be disclosed outside of the agency. �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 GSA Schedules or whether to issue the requirement as 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 notice. This notice is to determine if there are any other sources outside of FLIR Systems, the Original Equipment Manufacturer (OEM), which can complete the depot level repair of robots and parts. �Any subsequent contract would be Firm-Fixed Price (FFP) with technician labor categories utilizing nominal components to perform the depot level repair on the robot or part. �The period of performance will be approximately three �years from the date of award. 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 meet the Government's requirement for RMA depot level repair services on any of the above-mentioned FLIR robots or associated, main components of each robotic platform. �Statements should address the contractor�s ability to repair these robots and parts. �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 meet the entire requirements. �Provide a table to list the equipment and experience you have available to perform any depot level repairs on any part of the aforementioned robots. � Does your company have experience as a prime contractor performing services 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�24�July 2020. � Responses to this Sources Sought Notice shall be submitted via email to eric.m.ball10.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5e010d112b1445408ae822707ce1f654/view)
 
Record
SN05702025-F 20200626/200624230153 (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.