Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2016 FBO #5206
SOURCES SOUGHT

25 -- Explosive Hazards Pre-Detonation (EHP) Debris Blowers

Notice Date
2/22/2016
 
Notice Type
Sources Sought
 
NAICS
333112 — Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - WRN (W56HZV)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-16-R-0108
 
Point of Contact
Jack, Phone: 5862823494
 
E-Mail Address
john.j.lingenfelter.civ@mail.mil
(john.j.lingenfelter.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
`THIS IS A REQUEST FOR INFORMATION ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS NOTICE, OR TO CONTRACT FOR SERVICES AND/OR SUPPLIES. The Army Contracting Command-Warren is issuing this Request for Information as part of a market survey to support a proposed procurement for Explosive Hazards Pre-detonation (EHP) Debris Blower. The proposed effort will procure an estimated 178 EHP Debris Blowers (NSN 2590-01-626-1871), developed by Buffalo Turbine. Buffalo Turbine is the Original Equipment Manufacturer and owns all Technical Data and Drawings associated with the EHP Debris Blower. This effort will also procure an estimated 178 Initial Spare Parts (ISP) kits and an estimated 178 Authorized Stockage List (ASL) kits. FY16 73 Debris Blowers 116 ISP 116 ASL FY17 99 Debris Blowers 56 ISP 56 ASL FY18 6 Debris Blowers 6 ISP 6 ASL The Debris Blower has the capability to move debris from the route, and from the sides of the routes exposing explosive hazards while on the move ahead of the host platform at route clearance speeds. These capabilities will enhance operator's capabilities and will assist in disrupting/defeating threats. The Debris Blower shall have the capability to be mounted on the Mine Protected Clearance Vehicles (MPCV) Buffalo. EHP Debris Blower Characteristics: Participants should provide the following information/answers: 1) A brief description of your company. (How long has your company been in business? Provide background and photos of your company to include facilities and capabilities. Please indicate if your company has ever changed its name. If so, please provide all previous name(s). 2) A detailed description of your company's experience designing and manufacturing the EHP Debris Blower or similar products manufactured by your company. Please provide photos. Also include the types of products your company manufactures. 3) Projected lead time for development of the EHP Debris Blower 4) Project lead time for delivering the EHP Debris Blower 4) What is the monthly rate of production of products that your company manufacturer that are similar to the EHP Debris Blower? 5) Describe the availability of existing facilities, including % occupied by current manufacturing efforts. 6) Does your company have existing facilities to support the specified quantities of EHP Debris Blower based on your current and future manufacturing efforts? 7) Does the company perform welding in-house? To what standard are company welders qualified to and how often are they re-certified. 8) Provide cost breakdown of estimated Non-Recurring Engineering (NRE) + unit price for 5 EHP Debris Blowers for FAT as well as an estimated unit cost for the Debris Blower Production Quantity 9) What kind of testing does your company perform on its products before delivering the product to the Customers? 10) What is your company's process for buying parts? How does your company proactively manage your company's vendors (supply chain management)? Who are your major suppliers? 11) Does your company have any current or past Government contracts? If so, please describe the efforts, include photos, and provide the Government POCs & contact information. 12) What types of Government contracts (such as FFP, CPFF, etc.) has your company done in the past, and most recently? 13) What is your company's experience with submitting monthly reports on performance (progress/cost/schedule to the Government/Customer? Please provide examples submitted in the past. 14) What type of Quality system does your company have in place? Is your company's Quality system certified? If so, what certification do you have? 15) What experience does your company have with Failure Analysis and Corrective Action Reports? Does your company perform failure analysis in-house or does it contract it out? If your company contract it out, is there a current contract or contracts in place to perform failure analysis? How many Engineers do you have in-house? What type of facilities do you have to support failure analysis? Be advised, potential offerors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Interested companies may submit their capabilities, and qualifications to perform the effort described above in writing to the identified point of contact not later than 5:00 PM EST on 22 March 2016 2016. Such capabilities and qualifications will be evaluated solely for the purpose of determining if this procurement can be accomplished on a competitive basis. A determination by the Government not to compete this effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Oral communications ARE NOT acceptable in response to this notice. Sources shall include in their responses: 1. Contact information: Interested companies should respond by providing the following information; point of contact, address, telephone and fax numbers, email address, DUNS number, cage code and or tax ID number. Please provide an Organization Chart that explains how your company is organized. 2. Capabilities Statement: A detailed statement stating your company's capabilities providing the same and similar items described in this notice. 3. Business Status: Please indicate the business size status of your company, is your company considered a small business? (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, Small Disadvantaged Business etc.). How many people are employed by your company, (in-house and contract employees). 4. Berry Amendment: All manufacturers must be Berry Amendment compliant. 5. Positive Statement: Please provide a positive statement of interest to submit a proposal. As previously stated, no contract will be awarded from this announcement. This notice is Request of Information ONLY to see if this procurement can be accomplished on a competitive basis; therefore, no questions will be taken at this time. If and when a solicitation is posted, questions will be taken at that time and answered via a live Question and Answers Document. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Data submitted in response to this market survey will not be returned. Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement to: Jack Lingenfelter Contract Specialist Telephone (586) 282-3494 E-mail john.j.lingenfelter.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dd778807827892b54ae1db829dfaba37)
 
Record
SN04027347-W 20160224/160222235015-dd778807827892b54ae1db829dfaba37 (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.