Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2020 SAM #6649
SOURCES SOUGHT

69 -- CENTCOM ARMORED LIVE-ROUND SUBSTITUTE SYSTEM (ALRSS)

Notice Date
2/10/2020 12:44:00 PM
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826 USA
 
ZIP Code
32826
 
Solicitation Number
W900KK-20-ALRSS
 
Response Due
2/25/2020 9:00:00 AM
 
Archive Date
02/25/2023
 
Point of Contact
Jan A. Forman, Phone: (407) 384-3963, Rick Denny, Phone: (407) 384-5443
 
E-Mail Address
jan.a.forman.civ@mail.mil, ricky.l.denny.civ@mail.mil
(jan.a.forman.civ@mail.mil, ricky.l.denny.civ@mail.mil)
 
Description
INTRODUCTION: The U.S. Army Contracting Command � Orlando is issuing this Sources Sought Notice (SSN) on behalf of the U.S. Army Program Executive Office for Simulation, Training and Instrumentation as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the production, installation, New Equipment Training (NET), and Sparing, for a device capable of substituting live rounds in existing armored vehicles and tank barrels, for a country in the Central Command (CENTCOM) theater. The CENTCOM country is seeking a Total Package Approach to sustain and further improve their training and defense capabilities. The results of this market research will contribute to determining the method of procurement of the required capabilities below. Based on the responses to this sources sought notice/market research, the requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER:� THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. 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. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES: Requirements of the effort are as follows: (1) Each device must be totally self-contained, no assembly required. (2) Must be able to fit into a BMP-1 73mm and M1A1 120mm barrel and successfully fire a .50 caliber round.� (3) Must successfully fire M962 SLAP-T and other .50 caliber rounds that mimics the firing of the 73mm and 120mm rounds out to 2000 meters. (4) Must successfully fire the NATO STD .50 caliber rounds that mimic the firing of the 73mm HEAT-T rounds out to 1500 meters. (5) Must interact with existing fire control systems in armored vehicle and tank fire control systems. (6) Sparing kits shall consist of special tools, small amounts of spare/repair parts (such as O-rings, firing pins, extractors) in a small portable carrying case.� Six (6) kits are required for each caliber, 73mm and 120mm. (7) New Equipment Training (NET) for operation and maintenance consisting of forty hours of classroom and practical training.� Class size shall not exceed thirty personnel. (8) Delivery of thirty-three systems each for 73mm bore and for 120mm bore must occur NOT LATER THAN 12 months after contract award. (9) Shipping will be to a centralized shipping point located in Mechanicsburg, PA. (10) Devices are to be delivered via Defense Transportation Service to the CENTCOM Theater.� ELIGIBILITY: The applicable NAICS code for this requirement is 333318 with a Small Business Size Standard of 1,000.� The Product Service Code (PSC) is 6910. SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package demonstrating ability to provide the products/systems listed in this Technical Description.� Your response to this Sources Sought, shall be electronically submitted to the Contract Specialist via email, jan.a.forman.civ@mail.mil, with a Cc: to the Technical Point of Contract (TPOC) via email, ricky.l.denny.civ@mail.mil, no later than 12:00 p.m. (Eastern Standard Time) on Tuesday, 25 February 2020 and reference this synopsis number in the subject line of the e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. Written responses to this announcement should consist of the following: (a) Your firm's degree of familiarity and specific experience with implementation of training solutions to meet the training requirements. (b) A submission of your firm's resources available to produce and deliver the trainer in the required time frame.� Your resources available should address production, sourcing, personnel, and support. (c) A statement indicating if your firm is a large or small business; if small business, please indicate any applicable socio-economic status (i.e., 8a, HUBZone, SDVOSB, VOSB, WOSB, etc.) under NAICS 333318. (d) If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. (e) An itemized Rough Order of Magnitude cost for each requirement listed above. (f) It is requested that written responses be submitted in Microsoft Word document or Portable Document Format (PDF). (g) Vendors need to address all requirements above, 1-10, in their response. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. NOTE: If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR clause 52.219-14, Limitations on Subcontracting, has changed. Deviation 2019-O0003 is now in effect which adds the definition of �Similarly Situated Entity� and changes the 50% calculation for compliance with the clause. Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation 52.219-14 Class Deviation 2019-O0003, dated 03 DEC 2018 at https://www.acq.osd.mil/dpap/dars/class_deviations.html. To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize a �Similarly Situated Entity� to meet the Limitation on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN in order to assist the Government's capability determination.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/217be4d74677426da1f23390546e2d07/view)
 
Record
SN05556243-F 20200212/200210230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.