Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2015 FBO #4830
SOURCES SOUGHT

K -- The purpose of this Sources Sought Notice(SS)/Request for Information (RFI) is to conduct market research used to support procurement of Commercial Off-The-Shelf (COTS) and Government Off-The-Shelf (GOTS) for the Expeditionary Lab 4b 4)

Notice Date
2/12/2015
 
Notice Type
Sources Sought
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
RFI03-R-15-LAB4
 
Response Due
3/10/2015
 
Archive Date
4/13/2015
 
Point of Contact
stanford williams, 703-704-1025
 
E-Mail Address
ACC-APG - Aberdeen Division D
(stanford.williams.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Vendors, who can meet or exceed any combination or all of the parameters and standards set forth below and/or are capable of integrating these capabilities, are asked to forward supporting information back to the U.S. Army Rapid Equipping Force (REF). This will facilitate the analysis of options for refining the design of ExLab 4. Military action conducted by units in globally austere environments, such as Afghanistan, and overseas contingency operation (OCO) areas or regions often require solutions for capability gaps experienced on the battlefield and austere remote outposts as quickly as possible. The REF accomplishes this mission by deploying ExLab teams comprised of Government, military, and civilians to work with Soldiers wherever they may be engaged. The purpose of ExLab 4 is to provide U.S. Army units in austere regions a modular, scalable, tailorable, sling loadable via UH-60L Black Hawk helicopter, self sustaining rapid fabrication and prototyping laboratory. This ExLab will enhance mission effectiveness of Army units operating in expeditionary environments by empowering Soldier-led innovative solutions and addressing capability gaps that can be prototyped and fabricated at the point of execution. This modular, integrated system is comprised of Commercial-Off-The-Shelf (COTS) and Government-Off-The-Shelf (GOTS) components. Current ExLabs provide worldwide communications, rapid prototyping (3D printing), metal machining, tools for rapid fabrication, electronic repair, data processing and numerical simulation workstations, design software, and instrumentation for electronic measurement. The configuration of these Labs is a 20 foot connex box and Military Internal Airlift/Helicopter Slingable-Container Unit (ISU) -90 to house all equipment and workstations. While this configuration holds a great deal of equipment and is transportable, it does not allow for items to be sling loadable via UH-60L and is not tailorable to certain missions. The REF will host an Industry Day on 03 March 2015 at Fort Belvoir, VA from 0900 to 1600 to provide all interested parties the opportunity to view the Governments existing ExLab 3 and ask questions related to the desired build of ExLab 4. To register please go to www.ref.army.mil and indicate if you will be attending Industry Day and if you would like to brief the group or the REF in your response to this RFI. Please note that attendees must be US citizens and due to space limitations, participation is limited to two people from each organization/company. Detailed directions, security procedures, etc... will be provided a week prior to the event via email, to those who have registered on the required website. The REF is seeking to improve upon the initial Lab capability by building a fourth lab which encompasses the necessary equipment in a modular system design that is tailorable, scalable, and sling loadable by UH-60L's, giving the REF the ability to be moved into areas of operation via a packaged approach. The solution being requested is split into three packages that meet the capabilities, tasks, and attributes listed in Attachment A. The three packages are: Operational Integration Package, Limited Rapid Fabrication Capability Package, and an Enhanced Fabrication Capability Package, see Attachment B. The Operational Integration Package consists of items with the ability to establish a minimal footprint, be self sustaining, provide the basic ability to diagnose problems, conduct minimal reverse engineering, and provide solutions through continental United States reach back support via a robust communications system. The Limited Rapid Fabrication Capability Package shall function as a minimal tool and machine shop for on the spot repairs, adding to or modifying Soldier kit, and electronic parts, whereas the Enhanced Fabrication Capability Package provides true prototyping and larger scale fabrication and repairs via Fused Deposition Modeling and a Computer Numerical Control milling machine. All three packages shall have general container requirement specifications, i.e. ability to connect power between containers (see Attachment A, Tab ExLab4 General Container Req.), be self sustaining, and be capable of entering a region independently or in various package configurations. Requested Information: The submitted documentation and content becomes the property of the United States Government and will not be returned. The Government will not reimburse costs associated with the documentation submitted under this request. Responders are solely responsible for all expenses associated with responding to this inquiry. Although solicitation terminology may appear in this inquiry, your response will be treated as information only and will not be used as a proposal. This notice is part of Government market research. Information received as a result of this request will be considered as sensitive and will be protected as such. Any company or industry proprietary information contained in responses should be clearly marked as such, by paragraph, so that publicly releasable and proprietary information are clearly distinguished. Any proprietary information received in response to this request will be properly protected from unauthorized disclosure. The Government will not use proprietary information submitted from any one source to establish the capability and requirements for any future acquisition, so as to inadvertently restrict competition. All information should be submitted by email to address provided below. If unable to submit via email, please advise MAJ Salas by email and then forward paper copies/material to: MAJ Ramon Salas 10236 Burbeck Road Ft. Belvoir, VA. 22060-5852 Ramon.c.salas.mil@mail.mil Responses which do not clearly and completely address the below requested information and series of questions will be considered as submitted for general informational purposes only, and not considered a demonstration of intent to submit a proposal to any eventual Request for Proposal (RFP). A lack of small business responses to this RFI must be treated as evidence of disinterest/incapability of small Businesses to submit a proposal to any eventual RFP. Please provide the following information: Business Name: Business Address and webpage (if applicable): CAGE Code: Point of Contact Name and Contact Information: Description of the specific product/technology being offered for consideration including: oDescription of overarching vision for the effort oTable comparing vendor capabilities against all requested capabilities and specifications (even if not able to meet all specifications) provided within this RFI; include discussion of system integration capabilities; prefer table format for comparison against desired capabilities and specifications oHas your company performed this type of effort or similar effort (to include size and complexity) either currently or in the past to another Government agency or Non-Government customer? YES or NO oDescription of similar efforts ongoing or completed as such efforts map to the requested capabilities and specifications within this RFI; include identification of the associated government sponsor(s) oReferences with POC information to include name, organization, contract number, phone, and email of customers (preferably government) using comparable products oAvailability of spare parts and support services oBuild timeline Rough Order of Magnitude (ROM) Cost Size status(es) under this RFI's identified size standard (SB, 8a, SDVOSB, etc) If a different NAICS code appears more appropriate for this action, please provide the suggested code with an explanation as to why it is more appropriate. Note, your organization does not currently need to be registered under the NAICS to provide capabilities information in response to this RFI. Please estimate the maximum percentage of the overall requirement which your organization could perform with in-house resources. Consider the language at FAR Clause 52.219-14(c) -- Limitations on Subcontracting in your response. Upon any eventual release of a Request for Proposals, is your organization's intent to issue a proposal as Prime Contractor for this effort, or as a Subcontractor? Attachments Attachment A: REF ExLab 4 Technical Specifications Attachment B: REF ExLab 4 Operational View Attachment C: REF FSR Flyaway Toolkit Example
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/55fd0d822db0830afe39574f1f1baa70)
 
Place of Performance
Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03641184-W 20150214/150212234946-55fd0d822db0830afe39574f1f1baa70 (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.