SOURCES SOUGHT
58 -- Handheld, Manpack and Small Form Fit (HMS) Rifleman Radio - RFI Draft Documents W15P7T12R0069
- Notice Date
- 10/22/2012
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-12-R-0069
- Archive Date
- 11/28/2012
- Point of Contact
- Jessica D. Gaskins, Phone: 4438614947
- E-Mail Address
-
jessica.d.gaskins.civ@mail.mil
(jessica.d.gaskins.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Contract data Requirements List version 1.0.0 W15P7T-12-R-0069 Draft Statement of Objectives version 1.0.0 W15P7T-12-R-0069 Draft Statement of Work version 1.0.0 W15P7T-12-R-0069 Draft Performance Requirements Document version 1.0.0 W15P7T-12-R-0069 This is a Request for Information (RFI) only. This RFI is a market survey for planning purposes for a potential future opportunity only. This is not a request for Quotations or Proposals. The Government will not reimburse contractors or responders to this notice for any costs incurred in responding or in any subsequent exchange of information. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of the market survey. The U.S. Government is not obligated to notify respondents of the results of this survey. All proprietary and restricted information shall be clearly marked. Any documentation provided will not be returned. All interested sources are invited to provide responses to the questionnaire. Please submit responses to the questionnaire electronically as one complete document in the questionnaire structure in a format chosen by the responder. Project Manager Tactical Radios is seeking industry comments and feedback to the draft Statement of Objectives, draft Statement of Work, draft Performance Requirements Document, draft Contract Data Requirements List, and questionnaire for Handheld, Manpack and Small Form Fit (HMS) Rifleman Radios (RR). The Rifleman Radio is to be a standalone radio to support controlled unclassified and classified real time intra-squad communications to be employed worldwide in both hostile and non-hostile environments and in a variety of terrain and climatic conditions. The radio will allow Soldiers to participate in doctrinal voice networks and transmit position location information via a networking waveform, the Soldier Radio Waveform (SRW). NO SOLICITATION EXISTS AT THIS TIME. It is currently anticipated that Solicitation W15P7T-12-R-0069 regarding this requirement will be released later in 1QFY13. Interested sources are encouraged to provide responses to the questionnaire below. The Government does not guarantee that questions received will be answered. Interested parties are invited to subscribe to the website to ensure they receive any important information updates connected with this RFI. Questionnaire: Section 1: Contact Information 1-1. Please provide the following Point of Contact Information: Company: Address: Point of Contact: Phone Number: Fax Number: Email Address: DUNS:   Section 2: Products and Services 2-1.Interested sources are highly encouraged to submit detailed comments and feedback regarding the RR draft Statement of Objectives (SOO), draft Statement of Work (SOW), draft Performance Requirements Document (PRD) and draft Contract Data Requirements List (CDRL). These comments are critical for the Government to finalize these documents for the RR Full Rate Production (FRP) Solicitation. The term "CORE" in the documents defines those items which each offeror is required to provide in order to be eligible for contract award. The offeror shall meet requirements in accordance with Section 3 through 11 of the PRD. CORE items shall meet or exceed all threshold requirements, indicated by "(t)" prior to the requirement text. Objective requirements, indicated by "(o)" prior to the requirement text, are desired characteristics. Objective requirements need not be met for a product to be technically acceptable for contract award. Offerors are only guaranteed a contract award if they have a technically acceptable product for all CORE items listed below. A contract award does not guarantee subsequent delivery order awards. A product's ability to achieve objective requirements will be a discriminator in a tradeoff process for contract award and subsequent delivery order competitions for that product where these technical requirements will be more important than price. The following items are considered "CORE" in the Draft PRD. Requirements can be found in the PRD in the sections referenced below. A. At least one of the following R/T Units: 1. Basic RR R/T Unit (Section 3.1 with all threshold requirements met) or 2. Enhanced RR R/T Unit (Section 3.1 with all threshold and objective requirements met) B. Rechargeable Battery (Section 4.1) C. Antenna(s) (Section 5.1) D. Headset (Section 6.1) E. External Speaker/Microphone (Section 6.2) F. Talk Group Selector Capability (Section 6.3) G. Data Mode Control Device Cable (Section 7.1) H. Single-Bay AC/DC Charger (Section 8.1) I. Multi-Bay AC/DC Charger (Section 8.2) J. Holster (Section 9.1) K. Classroom Training (Section 11.1) 2-2. For the requirements and services outlined in the draft SOO, draft SOW, draft PRD and draft CDRLs and based on comments provided in response to Question #2-1, interested sources are encouraged to provide a "White Paper" describing how the products and technical expertise could produce and deliver such capabilities as described in the draft SOO, SOW, PRD, and CDRLs. This "White Paper" should provide the number of different products and a description of those solutions their company would be able to submit or propose to meet the RR requirements stated in the draft documents. The PM is also specifically interested in vendor feedback on the draft PRD objective requirements since delivery orders requested under a future contract will use one of more of these objective contract requirements as threshold delivery order requirements. 2-3. The Government is interested in additional networking waveforms that support and enhance the capabilities of the system beyond those specified in section 3.1.2.1 and 3.1.2.2 of the Draft RR FRP PRD. Interested sources are encouraged to provide capabilities and specifications of the proposed networking waveform. Section 3: Management 3-1. If applicable, please identify your company's small business size standard based on the applicable NAICS code of 334220. The Small Business Size Standard for this NAICS code is 750 employees. For more information refer to http://www/sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business 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 3-2. If you identify your company as a Small Business or any of the Small Business subcategories as stipulated in Question #3-1, then is your company interested in a prime contract for the HMS RR? 3-3. Under the current Small Business recertification regulations, do you anticipate your company remaining a small business under NAICS Code 334220? If you are a Small Business, answer questions 3-3A through 3-3B. All others skip to question # 3-4. A. If your company is awarded a contract, will you be able to perform at least 50% (percent) of the work required in house? B. If you are a Small Business can you go without a payment for 90 days? 3-4. Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs)? 3-5. If you answered "yes" to Question # 3-4, please provide as much of the following information as possible: A. MAC contract number(s); B. Aggregate dollar value of entire MAC contract; C. Aggregate dollar value of task orders each MAC your company is a prime contractor; D. Number of task orders on the MAC your company is a prime contractor on ; E. Is the work on each MAC similar in scope to that of the Draft SOO, SOW, and PRD? 3-6. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements in the entire SOO, SOW, and PRD. Interested sources are encouraged to identify teams, indicating each team member's size status based upon the North American Industrial Classification System (NAICS) code of the work that the team member may be doing. 3-7. Is your company currently providing similar services to another government agency or other non-government customer? If so, please identify the agency or non-government customer. You may also include contract numbers for government. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. Questions regarding this announcement shall be submitted in writing by e-mail to jessica.d.gaskins.civ@mail.mil. The Government does not guarantee that questions received after 1500 hrs EST on 5 November 2012 will be answered prior to the due date. When submitting questions, please reference "RFI No. W15P7T-12-R-0069 Questions" in the Subject Line. The Government does not guarantee that questions received will be answered. Answers to questions may be distributed to all interested bidders unless the question is identified as propriety. Interested sources should submit the requested information no later than 1500 hrs EST on 13 November 2012 by email to jessica.d.gaskins.civ@mail.mil. When submitting responses, please reference "RFI No. W15P7T-12-R-0069 Responses" in the Subject Line. Telephone responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d351bcf6893dd8ce544d4a2c61b8422c)
- Record
- SN02917464-W 20121024/121022234101-d351bcf6893dd8ce544d4a2c61b8422c (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 |