SOURCES SOUGHT
16 -- Sources Sought Notice - Support to provide labor, materials, and facilities in support of the Prototype Integration Facility (PIF) at Redstone Arsenal, Alabama.
- Notice Date
- 11/28/2007
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W31P4Q08R0185
- Response Due
- 12/7/2007
- Archive Date
- 2/5/2008
- Point of Contact
- Sherri Brown, 876-2105
- E-Mail Address
-
Email your questions to US Army Aviation and Missile Command (Missile)
(sherri.k.brown@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Government hereby requests information regarding the technical and financial capabilities of Small Business Administration (SBA) certified 8(a) firms, to include Native Hawaiian Organization (NHO) owned, Native American Tribally owned or Alaska N ative Corporation (ANC) owned certified 8(a) concerns, to perform Prototype Integration Facility (PIF) support requirements as outlined below. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any costs expended by any interested parties in responding to this notice. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. This is a sources sought notice only and is not a Request for Proposal ( RFP). BACKGROUND: For information purposes only. The PIF is currently supported by the Joint Venture between Yulista Management Services and Science and Engineering Services (JVYS) under contract DAAH-01-02-C-R190 and W3IP4Q-06-C-R190. Yulista, the majority jo int venture partner, is an Alaska Native Corporation. The contract, with a ceiling of $1.4 Billion and a 10-year period of performance, was awarded June 2002. In FY07 contract requirements exceeded $340 Million; total contract value to date is approximate ly $970M. The U.S. Armys Aviation and Missile Research, Development, and Engineering Center (AMRDEC) anticipates a requirement for a support contract to provide labor, materials, and facilities to support the Prototype Integration Facility (PIF) at Redstone Arsenal , AL. The applicable NAICS code for this requirement will be 336413, size standard 1,000 employees. The PIF provides an organic, rapid response capability for generating hardware solutions. Housed in six buildings at Redstone Arsenal, AL, and off-site c ontractor facilities in the local area, the PIF is designed to rapidly respond to hardware requirements. Government owned and government operated, the PIF offers single source convenience, turn-key solutions for development, fabrication, systems integrati on, modification, experimentation, and subsystem/system level testing. Specific capabilities include: design and analysis, modeling and simulation, rapid prototyping, mechanical fabrication, printed wiring board fabrication, circuit card assembly, cable a nd chassis fabrication, ground and air platform integration, aircraft modification, field retrofits and sustainment support both locally and abroad. This anticipated effort includes, but is not limited to, the following: comprehensive program management, engineering, fabrication, subsystem/system integration, qualification testing, logistical and maintenance support to DoD hardware (including but not l imited to aviation and missile weapon systems). Additionally, this may include design conceptualization, re-design, engineering analysis, technology insertion, rapid prototyping, repair, fabrication, testing, calibration, and fielding. The contractor may also be tasked to perform hardware/software engineering, trouble shoot subsystems, perform quality assurance support, provide configuration management and prepare logistic support for systems, subsystems and test-beds. This support will also include a fu ll spectrum of engineering and manufacturing capability to reverse/re-engineer, produce and support the management of production systems/subsystems or components. Familiarization with DoD Critical Safety Item (CSI) program and the Army Aviation Air Worthin ess Release (AWR) process is required. History has shown that it is imperative that the prime contractor have (or be capable of developing) an extensive network of subcontractors and material vendors to address the broad scope of work, and rapidly evolvin g task order requirements. The prime must be structured in a manner to be flexible to the Governments requirements, increasing support during periods of growth and reducing support during periods of decreased workload. This potential req uirement is being considered for Small Business Administration (SBA) certified 8(a) firms to include Native Hawaiian Organization (NHO) owned, Native American Tribally Owned, or Alaskan Native Corporation (ANC) owned certified 8(a) concerns, subject to the availability of funds. This notice also announces the Governments intent to hold an informational conference and site visit on December 20, 2007 at Redstone Arsenal, AL, to further define the PIFs interest areas. U.S. Citizenship will be required to attend the informational co nference and site visit. Interested sources, as described above, are highly encouraged to submit a request to attend this conference to Mrs. Dana Holmes via email; dana.holmes@us.army.mil, no later than December 7, 2007. No telephone calls will be accept ed. Participation by foreign sources is prohibited. Each company will be limited to a maximum of 4 persons. The names and proof of U.S. citizenship of each person associated with each company should be forwarded with your request to attend. Directions and visitor access will be emailed in a response. It is anticipated that interested sources will be offered the opportunity to present a written capabilities briefing and backup information no later than January 18, 2008. If necessary, the Government m ay invite qualified firms to present a one hour verbal briefing on January 28, January 29, or January 30, 2008. The Government will coordinate all verbal briefs, as required. Place of Contract Performance: Primarily at Redstone Arsenal, AL, and in local contractor provided facilities off-post.
- Place of Performance
- Address: Redstone Arsenal and local contractor provided facilities off-post Huntsville AL
- Zip Code: 35898
- Country: US
- Zip Code: 35898
- Record
- SN01459469-W 20071130/071128223700 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |