Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2017 FBO #5627
SOURCES SOUGHT

10 -- Contractor Support (LCCS) sustainment requirements for a potential Javelin Foreign Military Sales (FMS) requirement.

Notice Date
4/18/2017
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle 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
W31P4Q16C0133
 
Archive Date
5/4/2017
 
Point of Contact
Ronald W. Qualls, Phone: 2568766590, Ronald W. Qualls, Phone: 2568766590
 
E-Mail Address
Ronald.w.qualls.civ@mail.mil, Ronald.w.qualls.civ@mail.mil
(Ronald.w.qualls.civ@mail.mil, Ronald.w.qualls.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command, Redstone Arsenal, Alabama is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the sources to support this requirement for Life Cycle Contractor Support (LCCS) sustainment requirements for a potential Javelin Foreign Military Sales (FMS) requirement. The anticipated effort will support the LCCS repair and maintenance support of the Javelin Weapon system (to include hardware, software, supply support, personnel, services, materials, facilities, and equipment), travel events, data management and reporting requirements, shipping, packaging, and transportation. This acquisition is for service, facilities, support equipment, material, and technical data for which the contractor will be responsible for the total life cycle support required to maintain operational readiness. The Javelin equipment to be supported will include Javelin CLUs, training devices, and other associates support items of equipment. The proposed North American Industry Classification Systems (NAICS) Code is 336414 and has a corresponding Size Standard of 1,250 Employees. It is contemplated that this award will be made on an other than Full and Open Competition (FAOC), sole source basis in accordance with Federal Acquisition Regulation (FAR) 6.302-1. The Government intends to solicit and award a combination Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF) contract for these requirements. This acquisition will require access to classified information. This acquisition will require personnel with a Secret security clearance. The anticipated Contract period of performance is June 2017 through February 2018. There is no Solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is strictly voluntary; the Government assumes no financial responsibility for any costs incurred for preparation of responses to this sources sought notification or any follow up information requests. All responses will be considered. Extraneous materials (brochures, manuals, etc) will not be considered. If your organization has the potential capacity to perform these contract services, please provide the following information: 1. Organization name, address, POC, email address, web-site address, telephone number, and size and type of ownership for the organization. Please provide your Data Universal Numbering System (DUNS) Number and Commercial and Government Entity Code (CAGE) Code. 2. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Additionally, provide a description of similar services offered to the Government and/or to commercial customers for the past three years. Submission Instructions: Interested parties who consider themselves qualified to perform the above listed services are invited to submit a response to this Sources Sought Notice by 1500 CST on 3 May 2017. All responses to this Sources Sought Notice must be emailed to Ronald.w.qualls.civ@mail.mil. All questions and comments concerning this Sources Sought should be e-mailed to the POC mentioned above and must be in writing; no telephone calls. Disclaimer: This Sources Sought Notice is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ec63f582a77824bc67238fd574ade872)
 
Place of Performance
Address: ACC-RSA- (MISSILE), ATTN: CCAM, Building 111, Hankins Drive, Redstone Arsenal, AL 35898-5000, Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04475721-W 20170420/170418234449-ec63f582a77824bc67238fd574ade872 (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.