Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2013 FBO #4235
SPECIAL NOTICE

R -- Test and Evaluation support for a small submersible prototype program.

Notice Date
6/27/2013
 
Notice Type
Special Notice
 
NAICS
561499 — All Other Business Support Services
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
RFINAG0001
 
Archive Date
9/25/2013
 
Point of Contact
Stephen Reffel, 508-233-6177
 
E-Mail Address
ACC-APG - Natick (SPS)
(stephen.m.reffel.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued by the National Assessment Group (NAG) solely for information and planning purposes; it does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ. This RFI does not commit the Government to contract for any supplies or services. The NAG is not seeking proposals at this time. The Government will not pay any costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. It is the intent of the NAG to use this market research information to assist in planning. Response to this RFI is strictly voluntary and will not affect future ability to submit an offer if a solicitation is released. NAG is conducting market research on small business vendors that have expert subject matter experience in naval special warfare operations. The NAG is currently providing Test and Evaluation support for a small submersible prototype program and requires the assistance of qualified subject matter experts (SMEs) to assist in developing operational test scenarios and provide advice on operational effectiveness and suitability issues. Relevant skills and experiences requested are: -Former qualified U.S. Navy quote mark Scuba quote mark Diver and maintains a current civilian certification -Recent experience operating U.S. Navy or equivalent manned submersibles/SUVs -Recent experience supporting or conducting Lock In/Lock Out (LI/LO) operations via U.S. Navy or equivalent submersible -Qualifications using or managing the use of specific equipment associated with U.S. Navy or equivalent submersibles (batter charging, 02 Air Charging, etc.) -Experience with associated U.S. or equivalent submersibles subsystems to include sonars, communications, life support, and electrical systems. -Experience with originating, implementing and conducting test procedures for the safe employment of U.S. or equivalent submersibles -Experience with maintenance and associated Objective Quality Evidence or Quality Assurance procedures WRT submersibles, submarines, or small surface craft -Former SME or mission specialist's experience in LIO operations -Experience in managing surface support craft and related safety measure regarding manned surface and subsurface operations Services are to be performed at McDill Air Force Base, FL, Panama City, FL, Norfolk, VA, and two overseas locations in the UK and Italy. The purpose of this RFI is to identify and obtain information about vendors including GSA schedule or blanket purchase agreement (BPA) holders who have experience with the aforementioned requirements. The NAG intends to utilize responses from this RFI to identify potential recipients of a solicitation should one be issued. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this notice are not an offer and cannot be accepted by the government to form a binding contract. Subject matter experience in naval special warfare operation, as described above, is required. The RFI responses will be reviewed to determine the availability of vendors capable of fulfilling the requirements. Teaming is encouraged if necessary to provide the complete range of experience in the required services. Standard company brochures are not desired in response to this request. RFI responses should be no longer than ten pages and shall include, at a minimum: 1. An indication of interest in responding to a solicitation, should one be issued. 2.A brief capability statement with reference to each of the SME experience elements listed above and specifying timeliness of experience. 3.A statement of security clearance level and status 4.A statement of passport status 5.A statement of ability to work on reimbursable status. Government payment process is slow and may take time for reimbursements. 6.An indication of whether teaming (subcontracting) is intended, and if so identification of each vendor involved in the team. Joint Ventures will not be considered. 7.The GSA Schedule number(s)/Government Wide Acquisition Contracts (GWASs), Tax ID#, and SAMS registration number, if applicable, for each vendor responding to this RFI; 8.Past performance summary of work performed in similar size and scope. Estimated value of above requirements ranges from $500,000 to $1,000,000. Indicate whether the past performance was performed as a prime or subcontractor role, and contract role of the work performed as a prime or subcontractor. Please submit your response via email by 30 July 2013 to the NAG point of contact identified below. The Government will not release any information marked with a quote mark Proprietary quote mark legend received in response to this RFI to any firm, agency or individual outside the Government without written permission. NAG Point of Contact: Kelly Burdin National Assessment Group Suite 104, 1919 S. Eads St. Arlington, VA 22202 Kelly.Burdin@osd.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2faa1482755d0718c25c70b9f1f7180d)
 
Record
SN03101913-W 20130629/130628000346-2faa1482755d0718c25c70b9f1f7180d (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.