Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2020 SAM #6849
SOURCES SOUGHT

99 -- REQUEST FOR INFORMATION HIGH MOBILITY MULTI-PURPOSE WHEELED VEHICLE (HMMWV) EGRESS ASSISTANCE TRAINER (HEAT)

Notice Date
8/28/2020 11:36:18 AM
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KKRFIHEAT
 
Response Due
9/12/2020 12:00:00 PM
 
Archive Date
09/27/2020
 
Point of Contact
Erica N. Numa, Phone: 4073845427, Dana D. Graham, Phone: 4072083429
 
E-Mail Address
erica.n.numa.civ@mail.mil, dana.d.graham2.civ@mail.mil
(erica.n.numa.civ@mail.mil, dana.d.graham2.civ@mail.mil)
 
Description
DISCLAIMER: THIS REQUEST FOR INFORMATION IS ISSUED SOLEY FOR INFORMAITON AND PLANNING PURPOSES ONLY.� THE GOVERNMENT WILL USE THE INFORMATION RECEIVED TO DETERMINE ITS ACQUISITION STRATEGY.� THE INFORMATION PROVIDED IN THIS NOTICE IS SUBJECT TO CHANGE AND IS NOT BINDING ON THE GOVERNMENT.� THIS IS NOT A SOLICITATION, INVITATION FOR BID (IFB), REQUEST FOR QUOTE (RFQ), OR REQUEST FOR PROPOSAL (RFP), AND IS NOT A COMMITMENT BY THE U.S. GOVERNMENT TO PROCURE SUBJECT SERVICES/SUPPLIES.� THE U.S. GOVERNMENT WILL NOT PAY FOR INFORMATION REQUESTED NOR WILL IT COMPENSATE ANY RESPONDENT FOR ANY COST INCURRED IN DEVELOPING INFORMATION PROVIDED TO THE UNITED STATES GOVERNMENT.� ADDITIONALLY, ALL SUBMISSIONS BECOME GOVERNMENT PROPERTY AND WILL NOT BE RETURNED.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� NOT RESPONDING TO THIS RFI DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ANY IS ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY WEBSITE (HTTPS://BETA.SAM.GOV).� IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS SITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS ANNOUNCEMENT. NO PROPRIETARY, CLASSIFIED, CONFIDENTIAL, OR SENSITIVE INFORMATION SHOULD BE INCLUDED IN YOUR RESPONSE. PURPOSE: The U.S Army Contracting Command (ACC)-Orlando �on behalf of the U.S. Army�s Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), �International Programs Office (IPO) is seeking information on how an interested contractor could support/provide the production, installation, and delivery of a High Mobility Multi-Purpose Wheeled Vehicle (HMMWV) Egress Assistance Trainer (HEAT), including New Equipment Training (NET) and Contractor Logistics Support (CLS) to satisfy a Foreign Military Sales (FMS) commitment in the U.S. European Command (EUCOM) Area of Operations. REQUIREMENT:� HEAT is a simulated training device that will be used to train soldiers on the effects of rollover and to conduct drills that will provide the skills to react properly during a rollover and/or egress situation.� The HEAT device is designed for training emergency evacuation, self-aid and injured personnel removal in the event the vehicle becomes inverted or rolled on its side.� The Government envisions a solution for the HEAT that includes the following operational and program requirements: (1) HEAT Device AM General HMMWV with 1165 Hard Top HMMWV Cab, simulated armor (A Kit), enhanced simulated B3 armor (B Kit), standard threat doors with combat locks, and Remote Video Camera for Cab surveillance. Weather resistant HEAT assembly for indoor or outdoor operation. Heavy-duty welded construction framework. Line bored and balanced rotating Cab module. Pull-out egress platform & stairs to allow for easy transporting and set-up. Safety railing on outside of platforms. Ability to operate from a non-fixed site with relocation capability. Ability to operate on 220V, three phase, 30 amps, electrical with 25 foot power cord. NEMA/EEMAC Type 12 & 13 enclosures. Safety keyed interlock control. Neutral / Activated operational strobes. Operation control for operator selected rollover scenarios with 20� remote pendant (NEMA 4X). Safety interlocks and micro-switches on all doors (NEMA 12 & 13). 7hp hydraulic power unit with 11 gallon reservoir. Hydraulic filter with bypass indicator. 3-position directional control valve. Temperature / Pressure compensated flow control. Fail-safe brakes. Counterbalance hydraulic valves. Planetary torque hub (100,000 lb.-in). Precision heavy-duty (73,000 lb. dynamic) spindle bearings. 360-Degree multi-directional positioning with variable rotation. Rotational angle indicator. Positive stop axis positioning. 3 fail-safe emergency stop switches. Static lap/harness (FMV Safety Standard 209302). Gunner port and turret safety guards/shields (No gun cradle or pintle required). Schroth or BMI gunner�s restraint with 3-point cradle. Side-egress port. One (1) Year warranty. Service and operation manuals. Sand and dust prevention (desert protection kit). Hydraulic fluid heat exchanger (high temperature environment). Device painted a desert tan color. Use of English language for system logins, Graphical User Interface (GUI) screens, printouts, instructions and diagnostics. NET that will consist of one (1) training course conducted in the U.S. EUCOM Area of Operations for one day for up to six students. CLS that will consist of one fully qualified HEAT Field Service Representative (FSR) to travel to and from the U.S. EUCOM Area of Operation for a one-day servicing and inspection of the device.� This task is to be performed once within a 12 month period after NET completion. � ACQUISITION STRATEGY - PLANNING INFORMATION: Contract Vehicle: The determination of Contract Vehicle and Small Business Set Aside or Full and Open Competition will not be established until market research has been completed and the Acquisition Strategy has been approved. � North American Industry Classification System (NAICS): NAICS code being considered for this effort is 333318 Other Commercial and Service Industry Machinery Manufacturing.� NAICS is the standard used by federal statistical agencies in classifying business establishments for the purpose of collecting, analyzing, and publishing statistical data related to the U.S. business economy.�� � Contract Type: The determination of Contract Type will not be established until market research has been completed and the Acquisition Strategy has been approved. � Approximate Funding: FMS FY21 Building Partner Capacity (BPC) (Expiring) Funds will be utilized with an amount to be determined (TBD). CAPABILITY STATEMENT: Interested parties are requested to respond to this RFI with a capability statement outlining possible technical solutions, capabilities, and critical cost and schedule drivers for the HEAT requirement described above. This RFI is to solicit input, through concepts or capability statements from interested parties with the specialized capabilities necessary to perform the entire requirement. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are �best� estimates only. RESPONSES REQUESTED: All responses from interested parties must include this Notice ID (W900KKRFIHEAT), Company Name, Physical address, the Point of Contact for the organization including telephone number and email address, DUNS/CAGE code,�and the company's small business status under the NAICS 333318. The Small Business Size Standard for NAICS 333318 is 1,000 employees.� Respondents are welcome to suggest NAICS codes for use in any future acquisition activities related to this RFI. The Government requests that no proprietary or confidential business data be submitted in a response to this notice. The Government reserves the right to use any and all non-proprietary information obtained from this notice in any manner deemed appropriate by the Government. All responses to this RFI must be submitted electronically (via email) to the Contract Specialist, Erica N. Numa, �at erica.n.numa.civ@mail.mil, with a courtesy copy (Cc :) to the technical point of contact Assistant Program Manager (APM), Frank Schlemmer at franklyn.e.schlemmer.civ@mail.mil, with file sizes not to exceed 8MB to ensure delivery. All responses must be received no later than the response due date/time of this announcement.� Reference this Notice ID (W900KKRFIHEAT) in the subject line of the e-mail and on all enclosed documents.� *NOTE (LIMITATIONS ON SUBCONTRACTING):� If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR clause 52.219-14, Limitations on Subcontracting, has changed. Deviation 2020-O0008 Revision 1 is now in effect which adds the definition of �Similarly Situated Entity� and changes the 50% calculation for compliance with the clause. Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation 52.219-14 Class Deviation 2020-O0008, dated 03 April 2020 at https://www.acq.osd.mil/dpap/dars/class_deviations.html. To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize a �Similarly Situated Entity� to meet the Limitation on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in this RFI in order to assist the Government's capability determination.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a4dec4b74ccc44cfbae044e3a29889bb/view)
 
Record
SN05778468-F 20200830/200831093755 (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.