Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2016 FBO #5194
SOURCES SOUGHT

13 -- Remote Demolition System

Notice Date
2/10/2016
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN16X03JG
 
Archive Date
3/25/2016
 
Point of Contact
Maria Robertson, Phone: 9737246553, Heather A. Gandy, Phone: 9737243638
 
E-Mail Address
maria.k.robertson.civ@mail.mil, heather.a.gandy.civ@mail.mil
(maria.k.robertson.civ@mail.mil, heather.a.gandy.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT TECHNICAL DESCRIPTION INTRODUCTION The U.S. Army Contracting Command - New Jersey (ACC-NJ) on behalf of the U.S. Army Project Manager Close Combat Systems (PM CCS), Picatinny Arsenal, NJ is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and the industrial capability to manufacture the Army's remote demolition system (M152/MK152 MOD 0). The result of this market research will contribute to determining the strategy for acquiring the required production capability. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The remote demolition system (M152/MK152 MOD 0) is a small, lightweight, man-portable remote activation system which is used to initiate demolition and other devices in all geographical areas, weather conditions, and hostile battlefield conditions which may include electronic countermeasures, smoke, dust, Nuclear, Biological, Chemical (NBC) attack, and small arms fire. The demolition system consists of six distinct components: a Radio Transmitter (M26/MK26 MOD 0); a Battery Retainer (M6) for the Transmitter; a Flashlight (M1); and an electric blasting cap actuating Receiver: (M16/MK16 MOD 0). All the components are class VII items of supply. REQUIRED CAPABILITIES The Government seeks a source to manufacture the M152/MK152 MOD 0. The intent of this Sources Sought is to identify sources and make an assessment of their capability to meet this requirement. Specifically, the requirement encompasses the manufacture, assembly, inspection, testing, packaging, and delivery of the M152/MK152 Mod 0 in accordance with a Government Technical Data Package (TDP) and drawings. The official nomenclatures for the systems are as follows: Firing Device, Demolition: Radio Type, M152 (NSN: 1375-01-431-1156) and Firing Device, Demolition: MK152 MOD 0, (NSN: 1375-01-482-8372). ELIGIBILITY The applicable NAICS code for this requirement is 334220 with a Small Business Size Standard of 750 employees. The Product Service Code (PSC) is 1346. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Maria Robertson, in either Microsoft Word or Portable Document Format (PDF), via email: maria.k.robertson.civ@mail.mil no later than 12:00 p.m. EST on 10 March 2016 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. Email submittals must be restricted to a maximum file size of 8MB and should be in MSWord or PDF format. In the event that the email submission is larger than 8MB, separate into several emails. Telephone responses will not be accepted. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, type of ownership for the organization, type of business and business size, number of employees, and facility cage code; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Tailored capability statements should include the following information regarding the offerors relevant capabilities, to include a description of facilities, personnel, and technical and manufacturing capabilities. Respondents should also state whether they are currently, or have in the past, manufactured this or similar items. Additionally, respondents should address if manufacturing resources would be shared with other items/production lines, and if so, what the impact might be on production of this item. All respondents to this market survey should show they have the necessary certifications to receive export-controlled technical data, handle Limited Distribution D drawings (Distribution authorized to the Department of Defense (DoD) and U.S. DoD Contractors only) and must have a facility clearance to handle classified material. If a respondent does not currently have adequate resources (technical, manufacturing, personnel, etc) available, the respondent must detail plans to obtain those resources in a manner that wouldn't adversely impact execution of the contract effort. This market survey is for information and planning purposes only, it does not constitute a Request for Proposal (RFP) or an obligation on the part of the Government. It is not to be construed as a commitment by the U.S. Government. Responses to this market survey are not proposals and cannot be accepted by the Government to form a binding contract. This is not a guarantee of a future RFP or an award. This notice shall not to be construed as a commitment of any kind by the U.S. Government. The U.S. Government implies no intention or opportunity to acquire funding to support current or future efforts. If a formal solicitation is generated at a later date, a separate solicitation notice will be published. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. The information provided will not be returned. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The U.S Government is not obligated to notify respondents of the results of this survey. Any documentation provided will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1ea6f114df6670542e579a45eeedc81b)
 
Place of Performance
Address: N/A, United States
 
Record
SN04016398-W 20160212/160210234546-1ea6f114df6670542e579a45eeedc81b (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.