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, 2016 FBO #5196
SOURCES SOUGHT

14 -- Joint Air to Ground Missile (JAGM) Shipping and Storage Containers (SSC)

Notice Date
2/12/2016
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q16R0070JAGMSSC
 
Archive Date
3/13/2016
 
Point of Contact
Tanyeka D Boley, Phone: 2568764201, Retha R. Adams, Phone: 2568767065
 
E-Mail Address
tanyeka.d.boley.civ@mail.mil, retha.r.adams.civ@mail.mil
(tanyeka.d.boley.civ@mail.mil, retha.r.adams.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command, Redstone Arsenal, Alabama issues this sources sought to conduct market research under FAR Part 10 to determine the availability of interested sources to include small business, 8(A), HUBZONE, SDVOSB, SDB, and WOSM/ EDWOSB that are capable of providing Shipping and Storage Container (SSC), Part Number (P/N) 13556595 for the Joint-Air-to-Ground Missile (JAGM). The JAGM SSC is similar in nature to the HELLFIRE II Shipping and Storage Container. The only major difference is the container length. The Government's draft requirement is a minimum quantity of 100 each and maximum quantity of 1,020 each. The quantities do not include prototypes for First Article Testing. This announcement is for information and planning purposes only. This sources sought is not to be construed as a commitment by the Government, implied or otherwise, to request for proposal (RFP) or award a contract. All information that is provided is strictly voluntary. The Government will not reimburse participants for information voluntarily provided. Responses to this notice is not an offer and cannot be accepted by the Government to form a binding contract. The information provided will be used to determine availability of capable sources. Any contemplated contract will be firm fixed priced. A synopsis will be issued at a later date for this requirement. Requests for a solicitation will not receive a response. Your response will be treated as information only, and will have no bearing on any proposals submitted for any future RFP. The Government reserves the right to consider acquisition strategies as deemed appropriate. We do not ask or want proprietary information. If you voluntarily submit such information, mark it clearly ‘'proprietary" on every sheet showing such information. Segregate the proprietary information to the maximum extent possible from other parts of your response. Attachments or exhibits are acceptable. Respondents are responsible for adequately marking proprietary information in their response. No basis for claim against the Government shall arise as a result of a response to this announcement or Government use of any information provided. The applicable North American Industry Classification System (NAICS) code is 336419 and the size standard is 1000 employees. Interested parties who have the capability to perform the above effort should respond to this notice and identify your business size and socio-economic status as applicable. All submissions must include: 1) full company name, address, cage code, and DUNS; 2) description of principal business activity; 3) Point of Contacts (POCs) to include, name, position, office and mobile telephone numbers, and email address. This is not a Critical Safety Item (CSI). Contractors are encouraged to seek Source Approval Requests (SAR) in order to become an approve source by submitting documentation in accordance with the Competition Advocate's Shopping List procedures. These procedures are outlined at the following website: http://amcomdmz.redstone.army.mil/casl_cmo/casldba.casl_cmo_casl. Submission Instructions: All responsible sources may submit a response which will be considered by the agency. Submittal of information is requested via electronic mail only to Tanyeka Boley, Contract Specialist, tanyeka.d.boley.civ@mail.mil, no later than 15 calendar days after the original posting of this request. The Government will not accept classified information and will answer no questions at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c9515c01df5054ff5d65bd7b2a89276e)
 
Place of Performance
Address: Army Contracting Command - Redstone, Huntsville, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04019396-W 20160214/160212234346-c9515c01df5054ff5d65bd7b2a89276e (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.