SOURCES SOUGHT
A -- Request for Information (RFI)-Market Investigation -Second Generation Forward Looking Infrared (2GF) SpareComponents, and Engineering & Technical Services - RFI Attachment 0001
- Notice Date
- 2/22/2016
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 2461 Eisenhower Avenue, Alexandria, Virginia, 22331, United States
- ZIP Code
- 22331
- Solicitation Number
- W909MY-16-R-C007
- Archive Date
- 4/22/2016
- Point of Contact
- Kimberly Posey, Phone: 7037040863
- E-Mail Address
-
kimberly.m.posey4.civ@mail.mil
(kimberly.m.posey4.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 0001 The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir, on behalf of the Product Manager, Ground Sensors (PM-GS), is searching for sources with the skills, experience, knowledge, and capabilities required for Second Generation Forward Looking Infrared (FLIR) (2GF) that can provide the following: 1. 2GF B-Kits spare components to include: Imagers, Afocals, and Dewar Cooler (D/C) Bench Assemblies, Standard Advanced Dewar Assemblies (SADA), and Linear Coolers. See EXCEL Spreadsheet, Attachment 0001, for Item Descriptions, National Stock Numbers (NSN), Government Part Numbers, and Technical Data information. 2. Engineering & Technical Services associated with the Hardware as listed in Attachment 0001. REQUIREMENTS: The following list contains performance specifications that suppliers will need to meet in order to be considered fully qualified for each item: a. MIL-PRF-A3271804 (NC 2/28/2005) Performance Specification for the Block 1 B-Kit b. MIL-PRF-5009755 Performance Specification for the Standard Advanced Dewar Assembly Type II (SADA II). INTERFACE CONTROL DOCUMENTS - The following list contains Interface Control Drawings (ICD) that suppliers will need to meet in order to be considered fully qualified: a. A3298946 Interface Control Document for the Horizontal Technology Integration (HTI) Program Block 1 B-Kit b. A3298946 Interface Control Document for the HTI Program Block-1 B-kit (Block 1 ICD). For any questions regarding the above technical data or information, to include Attachment 0001 showing the A-Kits, B-Kits and components, contact the below POC: Vincent Ramirez, Second Gen FLIR Contracting Officer Representative, email: vincent.e.ramirez.civ@mail.mil, Please note the following: Foreign participation is excluded. SUBMISSION INSTRUCTIONS: 1. Brief summary of the company. 2. Qualifications in Thermal Imaging/Infrared Technology for this effort or like efforts. 3. Has your Company performed this type of effort or similar type efforts (to include size and complexity) in the past? If so, please provide the Contract Number(s), Point of Contacts (POCs), e-mail address, phone number, and a brief description of your direct support of the effort. 4. Does your company have experience as a prime contractor administering contracts? If you answered yes, please provide as much of the following information as possible: Contract number(s); Dollar value; and the similarity of scope and effort. 5. Does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide. 6. If your company is planning on a business arrangements with other companies, please list the process used in selecting the members. 7. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements contemplated to satisfy these requirements. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may perform. 8. What are the core competencies of your employees that would support these requirements? Also, please provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 9. Does your company have a SECRET facility or access to one should it be required? 10. Do all the employees that would support this requirement have a security clearance? If not, what percentage of employees have a security clearance that will be involved in this effort? 11. Please explain your facility size to include any storage capabilities. 12. If you do not own your own storage facility, do you have access for use of a storage facility? 13. Describe how you will either produce or subcontract for each component or assembly. Please identify the sources of supply for any components or assemblies for which you intend to subcontract production. 14. If not already available, please describe the schedule requirements required to establish production capacity and to qualify 2GF Imagers, Afocals, D/C Benches, SADAs and Coolers. 15. Please include a Make/Buy list for each of the 2GF B-Kit components. 16. Describe the potential impacts of any potential future solicitation being issued including a detailed production specification (i.e. build-to-print) versus a performance specification. 17. Does your company possess an approved Defense Contract Audit Agency (DCAA) accounting system for the award of Cost type contracts? 18. Please provide the following Point(s) of Contact information on all responses: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: 19. Please identify your company's business size standard based on the North American Industrial Classification System (NAICS) code. For example, NAICS 334511. For more information, please refer to http://www.sba.gov/content/table-small-business-size-standards: Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business RESPONSE PROCESS: Upon request, the Government will provide Interface Control Documents (ICD's) and Performance Specifications only. To request a copies, the request shall be submitted in writing or via Email. NO TELEPHONE REQUEST WILL BE HONORED. Requests must be submitted within 14 days after this notice. Initial responses should be submitted to the POC: Product Manager Ground Sensors (PdM GS) 10221 Burbeck Road, Attention: Mr Vincent E. Ramirez, Bldg 399 Room 123, at Fort Belvoir, VA 22060-5806 (vincent.e.ramirez4.civ@mail.mil). Initial requests must include: company name, Company and Government Entity (CAGE) Code, mailing address, Facility Clearance and appropriate point of contact information. THE FOLLOWING ONLY APPLIES TO SMALL BUSINESS (SB) RESPONDENTS: In addition to the above, small businesses responding should provide the following information: 20. If you are a small business and plan to be a prime for any future requirements, please provide information to show how you will meet the Limitations on Subcontracting clause, FAR 52.219-14. 21. If you identify your company as a Small Business or any of the Small Business subcategories above, if your company interested in being a prime on any potential future efforts. 22. Under the current SB size standard, do you anticipate your company remaining a small business under the stated NAICS code 334511? 23. If you are a small business, can your company sustain itself if not paid for 90 calendar days? PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED, THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS SOURCES SOUGHT SURVEY This RFI is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request For Quotation (RFQ), Request For Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your response to this request will be treated as INFORMATION ONLY. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of any contractor submission(s) of responses to this announcement or the Government's use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing an acquisition strategy, and Statement of Work/Statement of Objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government will not award a contract on the basis of this request or otherwise pay for any information submitted. Responses will not be returned nor will an acknowledgement of receipt be gauranteed. No solicitation for this RFI exists; therefore, please do not request a copy of a solicitation. All responses to this market research shall be submitted no later than 3:00 PM EST (local time at Fort Belvoir, VA) on 22 March 2016. Email responses should not exceed 9 Megabytes (MB). Responses received after this date and time may not be reviewed. All questions and white papers shall be submitted to Sabin Joseph at email: sabin.a.joseph.civ@mail.mil, Kimberly Posey at email: kimberly.m.posey4.civ@mail.mil and Vincent Ramirez, email: vincent.e.ramirez.civ@mail.mil. The subject line for the email submission should read: RFI: Second Generation (2GF) - YOUR COMPANY NAME. No telephonic inquiries or requests will be entertained. The Government requests that interested parties with the capabilities to meet the above requirements electronically submit their responses in accordance with the following: 1) not more than twenty (20) pages, 2) 8.5 quote mark x 11 quote mark paper, 3) 12-point, Times New Roman font, with 4) a minimum of one (1) inch margins all around. Responses to Small Business Questions 20 thru 23 do not count towards the above stated twenty (20) page limitation. Disclaimer: No award will be made as a result of this RFI. This RFI is for informational purposes only; this is not a RFP/Solicitation. All interested parties are encouraged to respond to this RFI. The Government will not pay for information and/or materials received in response to this RFI and is in no way obligated by the information received.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e75f0deafa5cc55f2cb1a244a1fd03c4)
- Place of Performance
- Address: ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort, Belvoir, VA 22060-5863, United States
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN04026983-W 20160224/160222234626-e75f0deafa5cc55f2cb1a244a1fd03c4 (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 |