SOURCES SOUGHT
99 -- TDD Blanket Purchase Agreement Request for Information
- Notice Date
- 6/20/2024 6:00:33 AM
- Notice Type
- Sources Sought
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-24-R-0048
- Response Due
- 7/5/2024 1:00:00 PM
- Archive Date
- 07/20/2024
- Point of Contact
- Jeffery D. Hestley, Phone: 2565064547
- E-Mail Address
-
jeffery.d.hestley.civ@army.mil
(jeffery.d.hestley.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a solicitation or a promise to issue a solicitation in the future.� This notice serves as market research in accordance with FAR Part 10.� Responses to this notice will be used as part of the information gathered as market research that will be used to further develop and refine the acquisition strategy to satisfy this potential requirement. Solicitations are not available at this time. Requests for a solicitation will not receive a response.� This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States 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.� Not responding to this RFI does not preclude participation in any future solicitation, if any is issued.� If a solicitation is released, it will be synopsized on SAM.gov.� It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The US Army Contracting Command-Redstone (ACC-R) is performing market research to determine industry interest in a forthcoming requirement to acquire a broad range of commercial equipment for the Aviation and Missile Center (AvMC), Technology Development Directorate (TDD).� TDD is a center of technical excellence that supports Missile and Aviation Development activities and weapon system sustainment within the Department of Defense (DoD). The TDD mission includes development in the areas of Propulsion, Structures, Sensors, Guidance and Electronics technology areas Department of Defense and Other Government Agencies (OGAs). The proposed TDD BPA will support TDD and its customers, Army and Other Services� Program Managers, Program Executive Offices, and OGAs across the lifecycle of supported weapon systems and technology development and integration efforts. The proposed TDD BPA is used to support Government-direct acquisition of equipment required to accomplish TDD�s mission. The TDD BPA is just one acquisition strategy available to the Government for acquiring material needed to accomplish its mission. The Government may also elect to acquire material through services contracts that is the culmination of material adaptation and modification that provides the Government with a turn-key technical solution. The current acquisition strategy is to establish a constellation of TDD BPA Holders through a future SAM.gov Synopsis and Solicitation that can subsequently be used to rapidly and competitively furnish this equipment under the following parameters: 1.� Total Small Business Set-Aside (FAR 19.5) 2.� The North American Classification System (NAICS) Code 336419 3.� Location of contractor�s ordering/receiving facility is within a 60-mile radius of Redstone Arsenal, AL as established by the Google Maps Measure Distance function. 4.� The Government is seeking a centralized vehicle, which offers a wide array of research and development test equipment products, materials, and supplies, also to include communications equipment and other equipment required to support the TDD mission that may be used by the TDD in developing new technical capabilities through the integrated use of these products and to fulfill customer requirements. These products are often specialized configurations of commercial equipment. This range of products and capabilities will include cameras and lenses; lasers; frequency analyzers and converters; lathes and other metalworking equipment; raw materials; laboratory equipment; electrical/electronic equipment and components; electro-mechanical equipment and components; communications equipment; and general and specialized support equipment required to accomplish the TDD technical mission. Purchases under the BPA�s shall be limited to the following Federal Supply Classes: ����������� 10 � Weapons ����������� 12 � Fire Control Equipment ����������� 13 � Ammunition and Explosives ����������� 14 � Guided Missiles ����������� 15 � Aircraft and Airframe Structural Components ����������� 16 � Aircraft Components and Accessories ����������� 17 � Aircraft Launching, Landing and Ground Handling Equipment ����������� 19 - Ships, Small Craft, Pontoons, and Floating Docks ����������� 20 � Ship and Marine Equipment ����������� 23 � Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles ����������� 25 - Vehicular Equipment Components ����������� 26 - Tires and Tubes ����������� 28 � Engines, Turbines and Components ����������� 29 � Engine Accessories ����������� 30 � Mechanical Power Transmission Equipment ����������� 31 � Bearings ����������� 32 - Woodworking Machinery and Equipment ����������� 34 � Metalworking Machinery ����������� 35 � Service and Trade Equipment ����������� 36 � Special Industry Machinery ����������� 39 � Materials Handling Equipment ����������� 40 � Rope, Cable, Chain, and Fittings ����������� 41 - Refrigeration, Air Conditioning Equip. ����������� 42 - Fire Fighting, Rescue, and Safety Equipment ����������� 43 � Pumps and Compressors ����������� 46 � Water Purification and Sewage Treatment Equipment ����������� 47 � Pipe, Tubing, Hose and Fittings ����������� 49 � Maintenance and Repair Shop Equipment ����������� 51 - Hand Tools ����������� 52 - Measuring Tools ����������� 53 � Hardware and Abrasives ����������� 54 - Prefabricated Structures and Scaffolding ����������� 55 - Lumber, Millwork, Plywood, and Veneer ����������� 59 � Electrical and Electrical Equipment Components ����������� 60 - Fiber Optics Materials, Components, Assemblies and Accessories ����������� 61 � Electric Wire, and Power and Distribution Equipment ����������� 62 - Lighting Fixtures and Lamps ����������� 63 - Alarm, Signal, and Detection Systems ����������� 66 � Instruments and Laboratory Equipment ����������� 67 - Photographic Equipment ����������� 68 � Chemicals and Chemical Products ����������� 69 � Training Aids and Devices ����������� 70 � Automatic Data Processing Equipment (Including Firmware), Software, Supplies and Support Equipment ����������� 80 � Brushes, Paints and Sealers and Adhesives ����������� 81 � Containers, Packaging, and Packing Supplies ����������� 91 � Fuels, Lubricants, Oils and Waxes ����������� 93 � Nonmetallic Fabricated Materials ����������� 94 � Nonmetallic Crude Materials ����������� 95 � Metal Bars, Sheets, and Shapes ����������� 96 � Ores, Minerals, and Their Primary Products ����������� 99 � Miscellaneous 5.� Contractor is registered in System for Award Management (SAM) and that at the time of its response to this RFI that it is compliant with the NAICS Code. 6.� Classification of this effort will be UNCLASSIFIED The ACC-R is seeking the following information and potential respondents shall furnish the following information: 1.� Confirmation of capability to perform this effort and interest in responding to a future solicitation under the above parameters. 2.� Business name and address 3.� CAGE Number 4.� Unique Entity Identifier (UEI) 5.� Confirmation of registration in SAMS under the NAICS code 336419. 6.� Business Size under NAICS Code 336419 and any other Socio-Economic Status information (woman owned, HUB Zone, 8(a), etc.) 7.� Distance of the contractor�s ordering office/receiving facility from Redstone Arsenal, AL, as determined by Google Maps Measure Distance function. Contractor response to the above market research must be submitted on a single page document in Microsoft Word 365 compatible format based on Font:� Arial, Size:� 12.� Proprietary information should not be required in this submission and, if any, should be minimized and MUST BE CLEARLY MARKED.� To assist the Government�s efforts, please segregate proprietary information.� Please be advised that all submissions become Government property and will not be returned.� All material submitted in response to this RFI must be unclassified and properly marked.� The Government reserves the right to request further clarification to enhance our understanding of the respondent�s submittal.� The response date for this market research is 5 July�2024 by 4pm.� All questions and industry responses shall be submitted via email to Army Contracting Command-Redstone, Jeffery Hestley � Contracting Specialist, at jeffery.d.hestley.civ@army.mil NO TELEPHONE requests or responses will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d9f0c83681c94ba587fc951d38a31ab5/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN07103566-F 20240622/240620230116 (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 |