Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 27, 2013 FBO #4233
SOURCES SOUGHT

39 -- RFI-The Army Contracting Command-New Jersey, on behalf of Product Director Test, Measurement & Diagnostic Equipment, Redstone Arsenal AL is currently seeking sources for the shelter portion of the Next Generation Automatic Test System.

Notice Date
6/25/2013
 
Notice Type
Sources Sought
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN13XE010
 
Response Due
7/10/2013
 
Archive Date
8/24/2013
 
Point of Contact
Eugene G. Spillane, 9737249285
 
E-Mail Address
ACC - New Jersey
(eugene.g.spillane.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Description The Army Contracting Command - New Jersey (ACC-NJ), on behalf of the Program Executive Office (PEO), Combat Support & Combat Service Support (CS & CSS); Product Director Test, Measurement & Diagnostic Equipment (PD-TMDE), Redstone Arsenal AL is currently seeking sources for the shelter portion of the Next Generation Automatic Test System (NGATS). The Next Generation Automatic Test System (NGATS) has been developed to replace the legacy Automatic Test Equipment (ATE) systems and consolidate 100% of the ATE's support capabilities which include: the Integrated Family of Test Equipment (IFTE) off platform Test stations (known as the Base Shop test Facility Version 3 (BSTF (V)3) and BSTF (V)5 and the Direct Support Electric System Test Set (DSESTS). The improved ATE's capability will include support for modern TPS languages, a robust system health monitoring and management system, and an advanced graphical user interface that satisfies government and industry standards for usability and functionality. A previous Market Survey Sources Sought notices was publicized on 12 March 2013 for the NGATS. The US Army PD TMDE is exploring a breakout strategy for this requirement, and the major item identified is the shelter system consisting of two tactical shelters; one designed to house the ATE TPS hardware and ancillary test equipment required to support system operations and one to house the ATE capable of supporting mission operations in the field. PD TMDE is interested in exploring the market capability to support this strategy and determine if a robust competitive environment exists. Specifications: See draft NGATS Shelter specifications. Capabilities Coverage: PD TMDE seeks to identify vendors that can provide the following capabilities for the production of the shelter portion of the NGATS requirement. The envisioned capabilities comprise the following broad categories: A.Production - The vendor is required to have the capability, which may be demonstrated through experience, to produce an ATE Shelter and Storage Shelter using detailed specification Next Generation Automatic Test System (NGATS) ATE shelter P/N 13649052 and detailed specification Next Generation Automatic Test System (NGATS) storage shelter P/N 13649053. B.Production Life Cycle - The vendor is required to have the capability to perform continual large scale production of ATE and storage shelters. The vendor shall have extensive experience with major DoD shelter development, production and fielding. The vendor shall be knowledgeable with appropriate Industry, DoD and Army ATE standards and policies. C.Management - The vendor is required to have extensive knowledge and experience in production management and have the capability to implement a program to manage performance, cost and schedule of the contract as defined in the Integrated Master Schedule (IMS). The vendor is required to have at least an ISO 9001 or equivalent certification. D.The vendor is required to have extensive knowledge and experience in implementing Configuration Management programs consistent with the requirements of ISO 9001 Section 4.5 or higher or equivalent. Planned Acquisition: The solicitation announcement and release will include all pertinent information for interested sources to submit their best offers. This procurement will result in a firm fixed price, multiple year, indefinite delivery - indefinite quantity contract. Objectives: This notice is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not seeking, and will not accept, unsolicited proposals. Respondee's are advised that the U.S. Government is not responsible and will not pay for any information or administrative costs incurred in responding to this notice. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. The anticipated contract type will be a Full and Open Competition, Firm Fixed Price Incentive Contract. This RFI is for information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute a RFP, does not restrict the Government as to the ultimate acquisition approach, nor should it be construed as a commitment by the Government. Submission Information: All interested sources should submit their responses to Mr. Gene Spillane at ACC-NJ via Eugene.G.Spillane.civ@mail.mil. Please include company name, address, telephone number, email address, technical point of contract and company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business). *Please note: This market survey is for information and planning purposes only. It does not constitute a pre-solicitation notice, and it is not to be construed as a commitment by the Government. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted as a result of this announcement. If a formal solicitation is generated at a later date, a pre-solicitation notice will be published.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e539f78054ca51d4b851b055a37982c6)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03098493-W 20130627/130625234521-e539f78054ca51d4b851b055a37982c6 (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.