Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2012 FBO #4015
SOURCES SOUGHT

68 -- Sources Sought for Thermal Spray Manufacturing Capabilities and Engineering Technical Support

Notice Date
11/19/2012
 
Notice Type
Sources Sought
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-13-R-KITS
 
Response Due
12/10/2012
 
Archive Date
1/18/2013
 
Point of Contact
Todd Kelley, 575.678.5995
 
E-Mail Address
MICC - White Sands Missile Range
(todd.g.kelley@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement only and is not an intent to procure. A solicitation is not available at this time and any requests for a solicitation will not receive a response. The Global Positioning System (GPS) Directorate out of the Los Angeles Air Force Base (LAAFB) has an ongoing requirement to provide Thermal Spray Kits to various Department of Defense (DoD) product vendors. The Survivability, Vulnerability and Assessment Directorate / White Sands Test Center (SVAD / WSTC are a critical element to provide the necessary Government program management and capabilities in the execution of this critical DoD mission support. The Thermal Spray is comprised of two kits, Primer and Powder kits, which are critical items to ensure that anti-tamper is effectively completed on the Selective Availability Anti-Spoofing Modules (SAASMs). These Thermal Spray Kits will be manufactured IAW with classified specifications. A Powder Kit consists of: 2 Kgrams of TS3A powder 1 Kgrams of TS4A powder A Primer Kit consists of: 240ML of TS5 Primer 9grams of TS6 Catalyst The contactor will need to ensure that all personnel and facilities can meet security requirements prior to contract award. All the costs of program management (monthly status reports), shipping, hazmat, Certificates of Compliance (CoCs), security, two meetings per year and audits are integrated into the cost per unit. This will be an IDIQ contract designed as a Base + 4 Options that will be structured as a tiered price structure (one for Primer and one for Powder Kits) of: 1 - 10 kits 11 - 20 kits 21 - 30 kits 31 - 40 kits 41 - 50 kits 51 Kits The Delivery of Thermal Spray Kits can occur at an approximate rate of 240 Primer Kits and Thermal Spray Powder in multiple Delivery Orders (DOs) per year with a delivery date of 45 days after issuance. Additionally as required on a separate line item, the contractor will be tasked by individual task orders to conduct engineering technical support to meet the changing specifications and requirements on this product during the contract timeline. Each potential source shall give a brief description of their ability to produce the Thermal Spray Powder and Primer Kits and provide engineering technical support for potential modifications of these kits to meet potential changes in the specifications. This description should include a demonstration that the source: has adequate financial resources to perform the contract, or the ability to obtain them; be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; and has the necessary production, construction, and technical equipment and facilities, or the ability to obtain them. Past Performance: The offeror's past performance will consist of a description of the offeror's Government contracts (both prime and major subcontracts (those involving 25% or more of the effort)) received during the past three (3) years, which are similar in the effort being proposed. The offeror may describe any quality awards or certificates that indicate the offeror possesses a high quality process for providing desired research and development outcomes. Each potential source is also requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of the Thermal Spray Powder and Primer kits. Firms shall also provide point of contact information where available for the efforts cited above. All responses to this sources sought are limited to twelve pages and must include the following additional information: name and address of firm, commercial activity/government entity (CAGE) code, l business size status, point of contact name, title, phone, and email. Interested sources shall submit all replies by email to todd.g.kelley.civ@mail.mil no later than 1400 PST on 10 Dec 2012. Acknowledgement of receipt will not be made. QUESTIONS Other information that would be helpful for this market research 1. What is your firm's classification NAICS Code for the required items? 2. Identify any Mentor Prot g or teaming arrangements your firm would utilize to perform the work outlined. Please provide the details of this arrangement. 3. What is your firm's primary area of expertise? Of the items listed in the primary tasks please identify what tasks your firm has the capabilities to perform utilizing in-house personnel. 4. What is the maximum number of delivery orders under an Indefinite Delivery Indefinite Quantity IDIQ) contract your firm has managed simultaneously as the prime contractor? Please specify if these delivery orders were under a single contract or multiple contracts. 5. List the number and type of licensed professionals in your firm (ie. PLS, PLM, Architect, Engineer, AICP, GISCP, etc). 6. If you intend to bring any subcontractor (s), teaming partner (s), and /or joint venture partner (s), please provide their business size. 7. What is the shelf life for the required items? 8. Lead time to produce the required items and the minimum amount for lot runs? 9. What is your experience on extending chemical based anti-tampering solutions? 10. What are your controls and quality processes that are utilized to ensure material selection compliance? 11. What technical knowledge and experience do you possess with respect to spraying anti-tamper products? 12. Discuss your experience and processes with shipping classified and hazardous material products? 13. Any other information to better identify your ability to perform under this potential requirement. Questions regarding CLASSIFIED information shall be handled through the White Sands Test Center Security (WSTC) Office. Specifically, any entity wanting to ask a question regarding CLASSIFIED information shall send an email to the WSTC Security Office, brett.e.laird.civ@mail.mil the Technical POC randolph.m.brady.civ@mail.mil and the Business POC todd.g.kelley.civ@mail.mil stating that the entity would like to ask a question regarding CLASSIFIED information. DO NOT EMAIL ANY QUESTIONS THAT MAY CONTAIN CLASSIFIED INFORMATION. The Security POC will contact the entity and arrange for the question pertaining to CLASSIFIED information be asked through a secure method of communication. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This RFI is issued as Market Research, solely for information and planning purposes. It shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), Request for Proposal (RFP), or as an obligation on the part of the Government to respond, or to acquire any products or services. Any response to this synopsis will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this synopsis to the Government for use of such information. The information provided may be used by the Army in developing its acquisition strategy and in its Statement of Work/Statement of Objectives or Performance Specifications. Not responding to this RFI does not preclude participation in any future RFP, if issued. If a solicitation is issued, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor FedBizOpps for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/df8b5a1a43ee1a6d8969f2dea065f949)
 
Place of Performance
Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN02933795-W 20121121/121119234541-df8b5a1a43ee1a6d8969f2dea065f949 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.