Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 02, 2016 FBO #5488
SOURCES SOUGHT

16 -- Rapid Prototyping Capability in the Hampton Roads, Virginia area

Notice Date
11/30/2016
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
H92238-17-R-0002
 
Archive Date
1/12/2017
 
Point of Contact
Steven Nerenberg, Phone: 7578780104
 
E-Mail Address
steven.l.nerenberg.civ@mail.mil
(steven.l.nerenberg.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Aviation Integration Directorate (AID), on behalf of the U.S. Special Operations Command (USSOCOM), is conducting market research to identify Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in the Hampton Roads, Virginia area that can provide a rapid prototyping capability. The Government seeks interested sources possessing the following capabilities: • Design and analysis, modeling and simulation, rapid prototyping and technology insertion, prototype research and development, ground support equipment and air platform system/subsystem integration, aircraft modification, testing, and calibration to field retrofits and sustainment support in the Hampton Roads, Virginia area. • Mechanical fabrication/repair and cable harness design/fabrication. • Engineering - Mechanical/electrical design, and structural/electrical analysis specifically focused on aviation platforms and associated systems (weapons, sensors, antennas, launchers, mounts, etc.) with the objective of generating airworthiness substantiation documentation leading to issuance of an Army Aviation Airworthiness Release (AWR) and/or meeting Federal Aviation Administration (FAA) certification requirements. • CAD/CAM Design / 3D Modeling / Finite Element Modeling / Drafting Support • A minimum of a working knowledge of DoD Critical Safety Item (CSI) program and the Army Aviation AWR process is required. • A configuration management program must be well established to support management, secure storage, and control of design data, engineering changes, and all associated documentation. • Design conceptualization, re-design, hardware/software engineering and analysis, trouble shoot subsystems, perform quality assurance support, and prepare integrated logistic support for low density systems, subsystems and test-beds. This support will also include a full spectrum of engineering and manufacturing capability to re-engineer, produce and support the management of conceptual production systems/subsystems or components. • Material purchasing system. • Ground and flight Test and Evaluation support to include instrumentation, data acquisition and analysis, and report generation leading to system qualification. • Generation of user instructions and training documentation for prototype or low density items. • At a minimum, the source must be capable of attaining a facility clearance at the Secret level while prime contractor personnel must be U.S. citizens with the ability to attain a minimum Secret security clearance. • Primary facilities and personnel geographically located to support short notice, on-demand meetings with the Government team in the Fort Eustis, Virginia area within 90 minutes of notification. • The source must be able to support day-to-day operations co-located with the Government team in the Fort Eustis, Virginia area as needed, and with no additional costs incurred for travel, lodging, meals, etcetera. Written responses shall address the ability of the source to meet all listed capabilities and must be compatible with the Microsoft Office for Windows software package. Responses shall be submitted electronically via e-mail to steven.l.nerenberg.civ@mail.mil no later than 0900 EST, 28 December 2016. The proposed North American Industry Classification Systems (NAICS) Code is 336413 and the Government seeks Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in the Hampton Roads, VA area. Interested sources are requested to provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime, and the work accomplished by the teaming partners as well as geographic locations of the prime and partners. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/ and certified under the Defense Logistic Agencies (DLA) Joint Certification Program (JCP) in accordance with DoD Directive 5230.25. For sources not currently possessing an approved DD Form 2345, such sources must review the JCP web site and follow the submission instructions, http://www.dlis.dla.mil/jcp/Default.aspx. This Request for Information (RFI) is market research under Federal Acquisition Regulation (FAR), Part 10, and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The information collected may be used by the Government to explore acquisition options and strategies for possible approaches within the military. All information received in response to this RFI that is properly marked as "proprietary" will be protected as proprietary information. Such information will be reviewed by a team comprised of Government as well as contractor personnel hired to provide technical assistance for the Government's preparation of an acquisition strategy. All members of the team will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligations to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. All contractor members are required to protect the information by the terms of their contracts. The Government will make a determination whether or not contractor personnel have organizational conflicts of interest that could adversely affect protection of the information. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. Security/Classification Requirements: Interested parties must not submit classified information in response to this RFI. DISCLAIMER AND NOTICE: This is NOT a solicitation for proposals, applications, proposal abstracts, or quotations. Per FAR clause 52.215-3: (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the FAR. (b) Responses will be treated as information only. It shall not be used as a proposal. (c) This RFI is issued for the purpose of obtaining knowledge and information for project planning purposes only. This announcement is for informational and planning purposes only and should not be construed as a commitment by the Government. Respondents will not be notified of the results of any review of this RFI; however, clarification of submissions may be requested by the Contracting Officer. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI or any subsequent issued RFP, if any. Responders are solely responsible for all expenses associated with responding to this inquiry.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ac88077e96f5d9f5955919e2bd6d80c6)
 
Place of Performance
Address: Fort Eustis, VA, Fort Eustis, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN04339759-W 20161202/161130234826-ac88077e96f5d9f5955919e2bd6d80c6 (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.