Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 11, 2018 FBO #5924
SOURCES SOUGHT

99 -- Maintenance Support Device Version 4 Ruggedized (MSD-V4R) and Version 4 Semi- Ruggedized (MSD-V4S) Laptops - Draft SOW

Notice Date
2/9/2018
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W9113M) - (SPS), 5300 Martin Rd, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W31P4Q-18-R-0029
 
Archive Date
3/13/2018
 
Point of Contact
Marcus L. McCaulley, , Patricia Adams,
 
E-Mail Address
usarmy.redstone.acc.mbx.acc-rsa-w31p4q-18-r-0029-msd@mail.mil, patricia.a.adams.civ@mail.mil
(usarmy.redstone.acc.mbx.acc-rsa-w31p4q-18-r-0029-msd@mail.mil, patricia.a.adams.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft MilSpec. Draft Solicitation Draft SOW PURPOSE: This request for information (RFI) is issued by Army Contracting Command-Redstone Arsenal (ACC-RSA), on behalf of the Office of Product Director, Test Measurement and Diagnostic Equipment (PD-TMDE). The purpose of this notice is to conduct (ongoing) market research for draft solicitation W31P4Q-18-R-0029 in an effort to obtain competition, identify qualified potential sources and promote full and open competition to the maximum extent practicable in accordance with (IAW) FAR Part 19, FAR Part 10, FAR Part 6 FAR Part 5 and the Competition in Contracting Act (CICA), 41 U.S.C.253. This is not a Request for Quote (RFQ) or Request for Proposal (RFP). No contract award will be made on the basis of any response(s) to this notice. SOURCES SOUGHT: The response(s) from this notification (IAW) FAR Part 10 (market research) will be used to support the agency's decision full and open competition and/or the determination for small business set aside if suitable. The agency has not yet reached a determination to acquire the requirement as described below under full and open competition. FAR Part 5.002 Policy, Contracting officers must publicize contract actions in order to: (a) Increase competition; (b) Broaden industry participation in meeting Government requirements; and (c) Assist small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns in obtaining contracts and subcontracts. FULL AND OPEN COMPETITION: (IAW) FAR 6.101 (b) Contracting officers shall provide for full and open competition through use of the competitive procedure(s) contained in this subpart that are best suited to the circumstances of the contract action and consistent with the need to fulfill the Government's requirements efficiently. DESCRIPTION OF SUPPLIES/SERVICES: The Government has a requirement acquire Maintenance Support Device Version 4 Ruggedized (MSD-V4R) and Version 4 Semi- Ruggedized (MSD-V4S), the operator's manual, user course development and training. The MSD-V4R and MSD-V4S is described by the system specification, MIS-DTL-58668, which defines the Government's minimum requirements in terms of required performance and components/accessories. See draft Statement of Work (SOW) and military specifications (MIS-DTL-58668). The MSD-V4R and MSD-V4S, the next generation general purpose standard At Platform Automatic Test System component of the Integrated Family of Test Equipment, to support the Army's maintenance mission. The contract award will be for a minimum of 40 each First Article Testing (FAT) units for the MSD-V4R and MSD-V4S, for total of 80 and a maximum quantity of 31,306 systems combined (MSD-V4R and MSD-V4S) within the five (5) year ordering period (including all options). The requirement also includes the need for engineering services, development of user's manual, course development and training. In accordance with the draft Statement of Work (SOW). ANTICIPATED PERIOD OF PERFORMANCE/CONTRACT TYPE: The anticipated contract will be an Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price (FFP) contract. Period of performance: one base year plus four (4) one year optional ordering period(s). SMALL BUSINESS: This notification will also be used to assist small business concern in obtaining prime and subcontracts IAW FAR Part 19.501 (b). Interested sources shall identify its business size standard based on the primary North American Industrial Classification System (NAICS) code of 334515 and socioeconomic category IAW FAR 19 and 26. Responses may be used to develop and/or determine if small business prime and subcontracting opportunities exist. For more information, refer to http://www.sba.gov/content/tablesmall-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 (SDVOSB) PROCUREMENT HISTORY: Award Date: 18 September 2009 Competitive Status: Full and Open Competition, Contract Number: W15QKN-09-D-0031 Contractor: VT Miltope, CAGE: 54418 Award Date: 03 November 2004 Competitive Status: Full and Open Competition-SES (Subcontractor, VT Miltope, Contract Number: W15PT7-05-D-B201 Contractor: Science and Engineering Services, Incorporated (SESI), prime contractor (CAGE: 08DD2) ACTIONS TO INCREASE COMPETITION: On 19 Jan 2017, ACC-RSA posted a RFI/Sources Sought notice to FBO. The purpose of the post was to obtain industry's comments to the Government's intent to purchase two configurations of the MSD-V4: the V4R and V4S as identified in applicable draft documents (SOW, System Specification, CDRLs, and Contract Line Item Number (CLIN) structure). The notice requested that interested concerns submit a capability package by 6 February 2017. RESPONSE DUE DATE: The response date for this notice (market research) is 1700 CST on 26 February 2018. No calls will be accepted. All questions and responses shall be submitted in via email. No other method of communication is acceptable. Only written inquiries will be considered. All responses to this Sources Sought shall be submitted the government point of entry (GPE) (www.fedbizopps.com) and via e-mail to both of the government point of contact(s) (POC): patricia.a.adams.civ@mail.mil and usarmy.redstone.acc.mbx.acc-rsa-w31p4q-18-r-0029-msd@mail.mil. Email shall contain the following subject line: SUBJECT: SOURCES SOUGHT RESPONSE FOR W31P4Q-18-R-0029. Interested sources must provide a response via the GPE and to both email POCs. CONFIDENTIALITY: No classified, confidential, or sensitive information, or proprietary information shall be included in your response. DISCLAIMER: THIS SOURCES SOUGHT ANNOUNCEMENT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2734dd5e348689bbae0554a52bdfdca5)
 
Place of Performance
Address: Redstone Arsenal, Huntsville, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04817925-W 20180211/180209230725-2734dd5e348689bbae0554a52bdfdca5 (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.