Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2020 SAM #6946
SOURCES SOUGHT

99 -- Sources Sought Announcement-S-MET Spare Parts

Notice Date
12/3/2020 1:57:31 PM
 
Notice Type
Sources Sought
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
PANDTA-20-P-0000-014995
 
Response Due
12/11/2020 10:00:00 AM
 
Archive Date
12/26/2020
 
Point of Contact
Gregory M. Fleming, Phone: 5864918230, Jennifer L. Jusela, Phone: 5862828895
 
E-Mail Address
gregory.m.fleming5.civ@mail.mil, jennifer.l.jusela.civ@mail.mil
(gregory.m.fleming5.civ@mail.mil, jennifer.l.jusela.civ@mail.mil)
 
Description
Sources Sought Announcement � S-MET Spare Parts Description of Intent This notice is to gauge the availability of vendors that are capable and interested in meeting the Government's requirement to support the Small Multi-purpose Equipment Transport (S-MET) program by providing every part available for logistics support. General Information Army Contracting Command-Detroit Arsenal (ACC-DTA) is issuing this Sources Sought Notice (SSN) as a means of conducting market research only to identify vendors having an interest and the resources to support this requirement. �The information gained will be used for preliminary planning and to determine the availability of qualified contractors to provide spare parts for the S-MET system.� A contract was awarded to General Dynamics Land Systems Inc. for production and deployment (W56HZV-20-D-0061).� The system consists of various modified Commercial-Off-The-Shelf (COTS) and OEM manufactured parts and subcomponents. 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, sole-source to the OEM, or whether to issue the 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. �The Government anticipates that any subsequent action would be an RFP for a Firm-Fixed Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with up to a two-year period of performance. �Every part that the S-MET Phase III system is comprised of may be incorporated into the potential contract as a Master Parts List (MPL). Submission Instructions: All responding to this notice shall provide specific information to include a summary of its company's capabilities. �Information provided shall include a Capability Statement which demonstrates the skills, experience, knowledge, and capabilities necessary to perform the Government's requirement to provide all spare parts to support the S-MET program. �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 updates to the MPL as needed for part numbers or nomenclatures. �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). 1������� A statement indicating if your company possesses the capability to provide the entire range of parts called for in this requirement. �Does your company have the ability to provide any, some, or all of the parts of this requirement? �Provide a table to list each part you are capable of providing to include the lead time for delivery of parts. 2.������ 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, and complexity. 3.������ Potential sources should only submit the minimum information necessary and shall not exceed ten pages. �Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding its submissions. �The Government may contact potential sources for additional information as required. 4.������ Interested parties are encouraged to be registered in the System for Award Management, www.sam.gov prior to responding to this Sources Sought Notice. 5.������ Interested parties that consider themselves qualified to perform the above listed requirements are invited to submit a response to this Sources Sought no later than 11 December 2020. 6.������ Responses to this Sources Sought Notice shall be submitted via email to gregory.m.fleming5.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/11ec410a09fb4832b490715333132709/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05866433-F 20201205/201203230149 (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.