Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2022 SAM #7413
SOURCES SOUGHT

J -- Stinger Trainer Depot Level Maintenance Facility Repair and Return

Notice Date
3/16/2022 6:04:32 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-22-R-0052
 
Response Due
3/31/2022 3:00:00 PM
 
Point of Contact
John T. Kinch, Phone: 256-955-9264, Joshua D Clark
 
E-Mail Address
john.t.kinch.civ@army.mil, joshua.d.clark10.civ@army.mil
(john.t.kinch.civ@army.mil, joshua.d.clark10.civ@army.mil)
 
Description
The US Army Contracting Command � Redstone, CCAM-MLP Redstone Arsenal, AL is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Depot Level Maintenance Facility (DLMF) to diagnose, repair, test, and return to a serviceable condition A, the Tactical Head Trainer (THT) NSN: 6920-01-232-2562, Captive Flight Trainer (CFT) NSN: 6920-01-246-0701 and Battery Charger (BC) NSN: 6130-01-186-5141 of the Stinger training systems. ALL FORMAL COMMUNICATION RELATED TO THIS ACQUISITION MUST BE DIRECTED TO John Kinch at john.t.kinch.civ@army.mil. �Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE:� Contractor�s Facility. DISCLAIMER:� �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� This requirement is for contractor logistics support to diagnose, maintain, repair, and test all AMCOM-managed major and secondary items, assemblies, and subassemblies contained in the STINGER missile trainer. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. (Enter any specific requirements.) The deadline for response to this request is no later than 2 pm, CST, 30 March 2022. All responses under this Sources Sought Notice must be e-mailed to john.t.kinch.civ@army.mil This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of the base year beginning 14 July 2022 and ending 13 July 2023, Year 2 beginning 14 July 2023 and ending 13 July 2024, Year 3 beginning 14 July 2024 and ending 13 July 2025, Year 4 beginning 14 July 2025 and ending 13 July 2026, and Year 5 beginning 14 July 2026 and ending 13 July 2027. The contract type is anticipated to be a firm fixed price and cost-plus-fixed-fee. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, John Kinch, in either Microsoft Word or Portable Document Format (PDF), via email john.t.kinch.civ@army.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3edde64ed8e646eda3b9d045b21931ad/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06269506-F 20220318/220316230059 (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.