SOURCES SOUGHT
N -- Engineering Services for the installation of the AN/VAS-5 Driver's Vision Enhancer (DVE) System and Vehicle Integration Kits (VIK) for Tactical Wheeled Vehicles and Combat Vehicles
- Notice Date
- 4/23/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY-12-R-C020
- Response Due
- 5/3/2012
- Archive Date
- 7/2/2012
- Point of Contact
- Ray Jones, (703) 704-0822
- E-Mail Address
-
ACC-APG - Washington
(raymond.a.jones46.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Market Research The Army Contracting Command-Aberdeen Proving Ground (ACC-APG)-Belvoir Division (ACC-APG-Belvoir) is conducting market research on behalf of the US Army's Office of the Project Manager, Night Vision - Reconnaissance, Surveillance, and Target Acquisition, in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this Market Research is to identify potential Small Business firms that have the skills, experience, knowledge, and capabilities required to provide the services to Test, install, reset, train, document, provide field support, and fabrication of support equipment for installation of the AN/VAS-5 Driver's Vision Enhancer (DVE) System and Vehicle Integration Kits (VIK) for Tactical Wheeled Vehicles (TWV) and Combat Vehicles (CV). Tactical Wheeled Vehicles (TWV) and Combat Vehicles (CV) applicable to this potential requirement are as follows: Family of Medium Tactical Vehicles (FMTV) Heavy Expanded Mobility Tactical Truck (HEMTT) High Mobility Multipurpose Wheeled Vehicle (HMMWV) Up-Armored HMMWV (M1151, M1165, M1167) Armored Security Vehicle (ASV) Mine Resistant Ambush Protected Vehicle (MRAP) MRAP All Terrain Vehicle (MATV) Abrams Combat Vehicle (M1A1, M1A2) Please note the following: 1. Large businesses need not respond to this sources sought notice, nor will a response submitted by a large business be considered. 2. Foreign participation is excluded. The small business offeror's responding to this request for information must have the skills, experience, knowledge, and capabilities necessary to perform the requirements stated in the Draft Performance Work Statement attached to this announcement and should provide the following information: 1. In accordance with the attached "draft" Performance Work Statement, please demonstrate the offeror's technical approach for staffing, managing and executing installation missions, including ability to adjust staffing levels down when workload decreases and ability to quickly ramp up to respond to surge requirements. 2. In accordance with the attached "draft" Performance Work Statement, please demonstrate the skills, experience, knowledge, and capabilities the offeror possesses necessary to perform these potential requirements. 3. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Email Address: 4. Please identify your company's small business size standard based on the North American Industrial Classification System (NAICS) code of, primary 541330, and secondary 541990. The Small Business Size Standard for these NAICS codes is $14 million. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 5. After reviewing these potential requirements and the above NAICS codes, if you feel a different NAICS code is more identifiable to this effort, please indicate the suggested code along with your rationale. 6. Under the current SB recertification regulations, do you anticipate your company remaining a small business under the stated NAICS? 7. As a Small Business within any of the SB subcategories as stipulated above, is your company interested in a prime contract for these potential requirements? 8. If you were to plan to be the prime contractor please inform us how you will meet the limitations on subcontracting Clause 52.219-14. 9. As a small business, can you go without a payment for 90 days? 10. Does your company have experience as a prime contractor administering Contracts? If you answered yes, please provide as much of the following information as possible; Contract number(s); Dollar value; and similarity of scope and effort. 11. Does your company possess the capabilities to provide the entire range of services called for by these requirements? If not, please list what services in these requirements your company can provide? Specific capabilities and examples must be provided if not included in your response to Questions 1, and 2. 12. The Government understands that teaming is an integral 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. 13. Has your Company performed this type of effort or similar type effort (to include size and complexity), currently or in the past? If so provide as much of the following information as possible; Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 14. What are the core competencies of your employees that would support these requirements? Also, please provide the total number of individuals currently employed by or available to your company that is capable of supporting these requirements. 15. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? Other than the Draft Performance Work Statement attached to this sources sought notice, no further documentation will be provided. The Government requests that interested small business offerors submit an electronic response of not more than ten (10) pages, 8.5" x 11" paper, 12-pitch, Times New Roman font, with a minimum of one (1) inch margins all around. Responses should include the company name, CAGE code, point of contact, and address. Any information submitted by respondents to this sources sought notice is totally voluntary and at no cost to the Government. This information will help the Government form its acquisition strategy. All information received in response to this Sources Sought Synopsis that is marked "Proprietary" will be handled accordingly. Responses will not be returned nor will receipt be confirmed. No solicitation exists; therefore, do not request a copy of a solicitation. Responses are due no later than 4:00 PM EST (local time at Fort Belvoir, VA) on 3 May 2012. Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Send responses electronically to: Tamara Abdelmoty, Contract Specialist, email: tamara.n.abdelmoty.civ@mail.mil Raymond Jones, Contracting Officer, email: raymond.a.jones46.civ@mail.mil Beverly Steffen, PM FLIR DVE COR, email: beverly.c.steffen2.civ@mail.mil Contracting Office: Army Contracting Command, APG- Belvoir Division 10205 Burbeck Road, Bldg 362 Fort Belvoir VA 22060-5811 Point of Contact: Tamara Abdelmoty, Contract Specialist Email: tamara.n.abdelmoty.civ@mail.mil Comm.: 703-704-0827
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b1bb215e442fb4754482ae8fdce2dfc1)
- 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
- SN02729238-W 20120425/120423235805-b1bb215e442fb4754482ae8fdce2dfc1 (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 |