SOURCES SOUGHT
A -- Deployable Kennel Kit
- Notice Date
- 4/23/2012
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY12RKENNEL
- Response Due
- 4/27/2012
- Archive Date
- 6/26/2012
- Point of Contact
- Charlene Buduo, (703) 704-0860
- E-Mail Address
-
ACC-APG - Washington
(charlene.buduo@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is seeking sources on behalf of the Product Manager Countermine & EOD (PM CM&EOD) for the prototype development of two World Wide Deployable Kennel Kit to house Military Working Dogs. The Kit shall be comprised of individual modules such that no single module exceeds the two person lift criteria of 122 lbs (55.3 kg) as prescribed by MIL STD 1472. The Kennel shall be collapsible and interior dimensions shall measure a minimum of 48 inches long x 24 inches wide x 40 inches high when expanded for use. The kennel shall have an attachable run area at least 6 feet long x 4 feet wide x 4 feet high. The Kennel and run shall also include removable interlocking pet decking with non skid surfaces and shall be fabricated of durable material to withstand damage from handling, ground, sea and air transport, exposure to weather and climate design types Hot, Basic and Cold from as low as -27 degrees F to +160 degrees F. The kennel shall also have doors on both ends that are interchangeable. The kennel shall operate on 110/120 volt 50/60 Hz electrical power and shall have air conditioning and heating capability. The construction of the kennel top, sides, and floor shall include insulating material(s) that provide the highest R value within the size and weight constraints. The kit including all individual modules must be assembled/disassembled in 15 minutes or less using minimum hand tools. Respondents are encouraged to recommend alternate characteristics and concepts for a Deployable Kennel Kit that meets the intent of the characteristics provided above. Sources possessing the capability to produce these prototype World Wide Deployable Kennel Kits that satisfies the requirements listed above are invited to submit a White Paper not to exceed 5 pages in length providing a description of their system. The White Paper must include at a minimum: 1) a description of their system and validating information supporting the claims that the proposed system meets the system requirements, 2) technical specifications of their system, 3) estimated cost for a prototype system, 4) estimated schedule for delivery of the prototype systems. Papers shall also include/answer the following: 1. Point (s) of contact (email and phone numbers) for further Government inquiry should more information be desired, name and address of firm, Central Contractor Registration CAGE Code. 2. Statement as to whether or not your company is considered a small or large business. Please also indicate any socioeconomic classification 8(a), Woman-Owned, Small Disadvantaged Business (SDB) Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies. The small business size standard is 500 employees for the North American Industry Classification System (NAICS) Code 541712. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. 3. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541712? If you are a SB answer questions 3A & B. All others skip to Question #4. A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B. If you are a small business, can you go without a payment for 90 days? 4. The Government understands that teaming is an intricate part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house? 5. Has your company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 6. Does your company possess an approved Defense Contract Audit Agency (DCAA) accounting system? 7. Does your company meet the Non-manufacturer Rule? If so How? 8. If you are a small business how do you select your partners and/or subcontractors? 9. Please explain your facility size to include any storage capabilities. This information will help the Government form its acquisition strategy and is NOT a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings from this survey. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. Response to this Sources Sought should be received no later than Close of business on 27 April 2012 and should be submitted via email to charlene.buduo@us.army.mil. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored. You may forward request for additional information and/or responses to Charlene Buduo, Contract Specialist, at charlene.buduo@us.army.mil. Acknowledgement of receipt will be issued. The subject of the email message shall be: World Wide Deployable Kennel Kit - Your Company's Name.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e97c156d5172fba70890b048797e24bc)
- Place of Performance
- Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN02729211-W 20120425/120423235744-e97c156d5172fba70890b048797e24bc (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 |