SOURCES SOUGHT
13 -- Sources Sought Synopsis
- Notice Date
- 12/19/2012
- Notice Type
- Sources Sought
- NAICS
- 488999
— All Other Support Activities for Transportation
- Contracting Office
- US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
- ZIP Code
- 35807-3801
- Solicitation Number
- W9113M-13-R-0003
- Response Due
- 1/3/2013
- Archive Date
- 2/17/2013
- Point of Contact
- Mark Hampton, 256-955-6020
- E-Mail Address
-
US Army Space and Missile Defense Command, Deputy Commander
(mark.hampton@smdc.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Army Contracting Command - Redstone Arsenal is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for acquiring and importing foreign-produced hardware (munitions and munitions' components such as initiators, fuses, blasting caps, etc). These items may be purchased in large quantities. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541930 or 488999. A four year period of performance is expected for this effort. The anticipated contract value is estimated at $3,000,000.00 per year on a Cost Plus Fixed Fee basis. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. The requirement is subject to the availability of funds. This synopsis shall not be construed as a commitment by the U.S. Government to procure any items, nor does ACC-RSA intend to award on the basis of any submitted information or otherwise pay for information provided. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. No reimbursement will be made for any costs associated with provided inform action in response to the announcement. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. The Government has a requirement to acquire, package, import, and deliver to various CONUS locations, munitions components and foreign hardware, often in large volumes/bulk. Respective contractors should also be capable of obtaining and translating safety, combat use, firing, and repair manuals of respective munitions' components for Government use. Companies with the interest and potential capacity to perform the contract services, may provide the following information: 1) company name, address, email address, web site address (if applicable), telephone number, and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability, to include Government contract numbers, corresponding Government technical representative and contact information, and whether company performed as the prime or subcontractor for the effort. If significant subcontracting or teaming is anticipated in order to deliver technical capability, then address the administrative and management structure of such arrangements. The Government will review market information to ascertain potential market capacity to 1) procure/acquire munitions components and translate manuals consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, contacts and licenses required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Responses are sought from companies with verifiable active Top Secret Facility Clearances and eligible TS/SCI personnel that can demonstrate experience for this requirement; include CAGE code with response for Facility Clearance verification. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed service are invited to submit a response to this Sources Sought Notice by January 3, 2013 10:00 a.m. CST. All responses under this Sources Sought Notice must be emailed to Mark Hampton at mark.c.hampton.civ@mail.mil and Mario Aguirre at mario.aguirre.civ@mail.mil. There is a 10 page or less limitation. If you have any questions concerning this opportunity please contact: Mark Hampton at mark.c.hampton.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-13-R-0003/listing.html)
- Place of Performance
- Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
- Zip Code: 35807-3801
- Zip Code: 35807-3801
- Record
- SN02952558-W 20121221/121219235142-dc9e012841ba6bf8912a3eab3c3e1a43 (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 |