SOURCES SOUGHT
16 -- Enhanced Third Generation Image Intensification; Aviators Night Vision Imaging System (ANVIS) For Program Executive Office (PEO) Soldiers, Project Manager Soldier Sensors and Lasors
- Notice Date
- 1/11/2010
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- RDECOM Contracting Center - Aberdeen (RDECOM-CC), ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRB-10-R-0024
- Response Due
- 1/24/2010
- Archive Date
- 3/25/2010
- Point of Contact
- Simona Powell, (410) 306-1392
- E-Mail Address
-
RDECOM Contracting Center - Aberdeen (RDECOM-CC)
(simona.powell@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SECTION 1. SUBMITTAL INFORMATION ISSUE DATE: January 11, 2010 DUE DATE FOR RESPONSES: January 24, 2010 SOURCES SOUGHT NO: W91CRB-10-R-0024 (W91231-2010-3031) SUBMIT RESPONSES TO: Contract Specialist and Primary Point of Contactsimona.powell@us.army.mil SUBMIT QUESTIONS TO: simona.powell@us.army.mil or (410) 306-1392 Contracting Officer and Alternate Point of Contact:tyrone.m.knight or (410) 278-2465 See below Section 5 entitled REQUESTED CONTENT OF RESPONSES TO THIS SOURCES SOUGHT NOTICE for submittal content instructions. SECTION 2. INTRODUCTION This is a Sources Sought notice. It is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information, for planning purposes, regarding: (1) the availability and capability of qualified sources to perform the work described below; and (2) the size classification of the available and capable sources relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method. The NAICS code for this planned acquisition is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. Pursuant to 48 C.F.R. Part 10, the Government is conducting market research to: "Determine what sources exist that are capable of satisfying the Governments requirements as listed below, "Determine the capabilities of potential contractors, "Determine the size and status of potential sources, and "Determine the level of competition. SECTION 3. BACKGROUND The ANVIS program is nearing procurement of the Army Acquisition Objective (AAO) and transitioning into the sustainment phase. As a result, this acquisition includes significant quantities of spare components to support the Communications and Electronics, Life Cycle Management Center (C-E LCMC) sustainment and Foreign Military Sales (FMS) activities. The Research and Development Command (RDECOM), Contracting Center contemplates award of a contract in support of the Program Executive Office (PEO) soldier. The purpose for this Sources Sought announcement is to conduct market research to identify parties having an interest in, and the resources to support, this requirement. Consideration will be given to identifying small business concerns, including the sub-categories of SDVOSB, HUBZone, 8(a), SDB and woman-owned. The result of this market research will contribute to determining the method of procurement. RDECOM anticipates that multiple awards will be made for the competitive acquisition for Enhanced Third Generation Aviators Night Vision Imaging Systems (ANVIS) and associated spare parts. The Government will base the contract award on a best value determination of the offers received. It is anticipated that the awarded contract(s) will be a firm fixed-price, Indefinite Delivery / Indefinite Quantity (ID/IQ) contract for a production requirement of 150 AN/AVS-6(V)3 systems and Initial Production Test (IPT) units, if necessary. All future delivery Orders (DOs) will be awarded based on price, best delivery schedule, and prior delivery/quality performance. This document contains a list of specific technical requirements necessary for successful performance of the program. Interested parties responses regarding these requirements addressing their experience and capabilities will be used to determine the availability of potential businesses both large and small and their current capabilities. Interested parties are encouraged to respond to each requirement. The attached DRAFT Statement of Work (SOW) describes the specific requirement contemplated. RDECOM anticipates responses from interested parties with demonstrated understanding of each task area and an ability to provide all functional capabilities for each technical area. SECTION 4. DRAFT STATEMENT OF WORK OBJECTIVE This effort is the tenth in a series of procurements for U.S. Army aviation image intensification (I2) devices. The purpose of this acquisition is to meet Department of Defense (DoD) requirements for ANVIS and associated Spare Parts for three consecutive Fiscal Years (FYs). Reference the attached DRAFT Statement of Work for a full description of the requirements. REQUIREMENT The attached DRAFT SOW specifies the requirment and efforts the contractor shall perform during this production contract for enhanced third generation image intensifier night vision devices. The intent of the this contract is to acquire: AN/AVS-6(V)1A, ANVIS; AN/AVS-6(V)3 ANVIS; MX-10160 Image Intensifier Assemblies and MX-10160C/AVS-6 Image Intensifier Assemblies; associated spare parts for the AN/AVS-6 systems; and required technical documentation. The attached DRAFT SOW provides the technical, program management, configuration management, quality assurance, integrated logistics support (ILS), technical manual, provisioning, safety, and interchangeability requirements for the items being sought under this procurement. The contractor shall ensure that the delivered Aviation systems/devices comply with the requirements listed under paragraph 3. The contractor is encouraged to use commercial/industrial processes and practices that shall reduce design, production, and operational support costs while meeting the requirements of this contract. PERIOD OF PERFORMANCE The anticipated period of performance for any contemplated contract is from date of award through a period of three (3) years. SECTION 5. REQUESTED CONTENT OF RESPONSES TO THIS SOURCES SOUGHT NOTICE Interested parties who consider themselves qualified to meet the attached requirments are invited to submit a response to this Sources Sought Notice. PAGE LIMIT: Responses shall not exceed 10 pages in length double-spaced with font size twelve or larger. Responses shall clearly identify: 1.Name, Address, Point of Contact; 2.Size Standard under code 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. 3.Identify all applicable classifications for your organization, such as Small Business; Woman-owned business; 8(a) business; Large business; Small disadvantaged business; HUBZone business; SDVOB business; Non-profit, etc. 4.Description of technical capabilities and relevant experience to perform the work described under the DRAFT SOW; SECTION 6. NOTES This is NOT a notice of Soliciation. Participation in the Market Research in NO WAY influences the source selection for this requirement. This Sources Sought Notice is not to be construed as a commitment on the part of the Government to award a contract nor does the Government intend to directly pay for any information or responses submitted as the result of this Sources Sought Notice. This Sources Sought Notice does not constitute a Request for Quote (RFQ) or an Invitation for Bid (IFB), nor does this issuance restrict the Governments acquisition approach. Also, security consideration DO NOT prohibite this sources Sought Notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7c1cf37da7a544d2e1deab9a8fa7b512)
- Place of Performance
- Address: RDECOM Contracting Center - Aberdeen (RDECOM-CC) ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN02039756-W 20100113/100111235025-7c1cf37da7a544d2e1deab9a8fa7b512 (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 |