Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 22, 2017 FBO #5539
SOURCES SOUGHT

J -- All-Purpose Remote Transport System Maintenance and Sustainment - Sources Sought Package

Notice Date
1/20/2017
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA8051-17-R-3014RFI
 
Archive Date
3/11/2017
 
Point of Contact
Desiree' Hamn, Phone: 8502836661, Joseph Willard, Phone: 8502836942
 
E-Mail Address
desiree.hamn.1@us.af.mil, joseph.willard@us.af.mil
(desiree.hamn.1@us.af.mil, joseph.willard@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS Sources Sought Will attach as a word document. AFICA 772 Enterprise Sourcing Squadron SOURCES SOUGHT NOTICE A. THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUCEMENT FOR INFORMATION PURPOSES ONLY. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. B. The Government has a requirement to provide sustainment support for the All-Purpose Remote Transport System (ARTS), execute a series of Preplanned Product Improvement (P3I) projects, and provide support for all fielded ARTS. No more than fifty-six (56) operational units will be sustained worldwide including pre-positioned, training, research and development articles, and reach-back assets maintained at the contractor's facility. Contractor Support (CS) shall include technical assistance through email and phone communications, reach-back asset storage and maintenance, repair of fielded systems at CONUS/OCONUS locations, supply support for spare parts ordering, government property administration, and Configuration Management (CM). C. The Government is performing market research primarily in order to determine if there are firms that possess the capability to execute the requirements of this anticipated request for information (RFI). Therefore, we further invite all business concerns to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation costs. D. If your firm would be interested in such work, you are strongly encouraged to submit a capability statement that addresses as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. North American Industry Classification System (NAICS) Code 811310 - Commercial and Industrial Machinery and Equipment (except automotive and electronic) Repair and Maintenance, is applicable to this acquisition. The small business size standard for this NAICS is $7,5000,000.00. It is anticipated that the performance period will not begin until June 2017. E. Contractors who can provide these services should submit in writing an affirmative response which includes as a minimum the following information: 1. What is the name of your business? 2. What is your business address? 3. Provide a point of contact to include telephone number and email address. 4. Based on your professional experience in the private sector, would you consider this requirement to coincide with work typically provided in the commercial market? 5. Provide an additional NAICS code with justification that you would recommend as being more applicable. 6. Specify your business type (large business, small business, small disadvantaged business, 8(a) certified small disadvantaged business, HUBZone small business, woman-owned small business veteran-owned small business, service-disabled veteran-owned small business) based upon NAICS 811310. Specify all that apply. 7. Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513 8. Please provide your thoughts on whether subcontracting opportunities are available and what goals would be appropriate. Please include supporting rationale. 9. Is this service available on a GSA Schedule? If so, please provide the GSA Schedule number and special item number. If GSA is in the process of awarding a schedule for this service please provide the GSA point of contact name and phone number. 10. Do you have any other comments or suggestions that you would like to share with us? 11. The Government anticipates that a mix of contract types will be used throughout the life of this requirement. Generally awards under this requirement will be cost-plus-fixed-fee contracts which require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract. If an Offeror does NOT have a DCAA approved accounting system, a cost-plus-fixed-fee contract cannot be awarded. Does your company have a DCAA approved accounting sytem? 12. Has your company ever conducted maintenance and repair (either currently or previously) on ASV-MD 70 heavy equipment? If not, do you have experience with similar robotics equipment? 13. Do you have technicians that are qualified to work on both ASV MD-70 heavy equipment/robotics, and radio control systems? 14. How do you currently (or how would you) provide 24 hour a day/7 day per week worldwide technical assistance to questions from the field? 15. Is your company familiar with/have you used the Synchronized Predeployment and Operational Tracker - Enterprise Suite (SPOT-ES)? 16. Has your company provided configuration management (either currently or previously) for any heavy equipment or robotic systems? 17. What experience does your company have providing System Sustainment Engineering Support for robotic platforms? 18. How would your company support the reachback capability? 19. How would your company support the requirement to provide ARTS platforms to Burlington ANGB, VT for contingency reachback? How quickly could your company get them there? 20. Does your company have space to store 25 ARTS platforms and accessories? How much of the space is climate controlled? 21. Does your company have experience coordinating disposal of excess government material with DLA Disposition Services (formerly DRMO)? 22. ARTS reachback platforms and accessories are currently in Randolph, VT. If your company is awarded this contract how would they move assets from the current contractor's location to your location? Where would that location be? 23. What experience does your company have providing training courses on heavy equipment and robotic systems? 24. What type of Field Service Reps (FSRs) experience does your company have? a. Has your company provided field service support to AFCENT, PACAF, and USAFE? b. Are your FSRs familiar with and capable of working on both the vehicle and the robotics system? 25. Has your company supported the submission of Joint Frequency (JF)-12s approval requests? 26. Has your company performed obsolescence studies on equipment you support? F. All responsible sources are encouraged to submit a capability statement response to this announcement. All such responses will be considered by the agency. Responses can be submitted electronically using the following address: desiree.hamn.1@us.af.mil and joseph.willard@us.af.mil G. All responses shall be received by Friday, 24 February 2017 at 3:00pm central standard time. Responses shall be no more than 25 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government will only review the first 25 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. Questions concerning this announcement shall be submitting in writing via email to both Contract Specialist, Desiree' Hamn (desiree.hamn.1@us.af.mil) and Contracting Officer, Joseph Willard (joseph.willard@us.af.mil) by Wednesday, 8 February 2017 at 3:00pm central standard time. The Government does not intend to rank submittals or provide any reply to firms as it relates to the Government's review of the data submitted in response to this announcement. Attachment 1: Draft Performance Work Statement - All-Purpose Remote Transport System dated 11 January 2017
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/def7594c4fbe35670719e30c9c1f2356)
 
Record
SN04376914-W 20170122/170120234251-def7594c4fbe35670719e30c9c1f2356 (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.