SOURCES SOUGHT
58 -- Providing PVS-14 or similar night vision devices (NVDs), PVS-14 and ANVIS-6 accessories and test equipment, and training and repair services.
- Notice Date
- 2/14/2020 12:06:35 PM
- Notice Type
- Sources Sought
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB2020NVD
- Response Due
- 2/28/2020 2:00:00 PM
- Archive Date
- 02/29/2020
- Point of Contact
- Patrick D. Siemon
- E-Mail Address
-
patrick.d.siemon.civ@mail.mil
(patrick.d.siemon.civ@mail.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- SOURCES SOUGHT TECHNICAL DESCRIPTION � INTRODUCTION The US Army Communications-Electronics Command (CECOM) Security Assistance Management Directorate (SAMD) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for providing PVS-14 or similar night vision devices (NVDs), PVS-14 and ANVIS-6 accessories and test equipment, and training and repair services. This market research supports the possible development of a 3 to 5-year Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for NVDs, accessories, and test equipment, or possibly two separate ID/IQs�one for NVDs, and another for accessories, test equipment and services.�� BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. 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 their submissions. PLACE OF PERFORMANCE Item �Location �Hardware delivery Delivery at origin to Freight Forwarder or Defense Transportation Service Training services 60% Europe, 30% Middle East, 20% other 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. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND CECOM SAMD is designated as the implementing agency�s executive for this Foreign Military Sales (FMS) effort. In accordance with these assignments, CECOM SAMD provides the following:�� REQUIRED CAPABILITIES During each year over the course of a 3 or 5-year ID/IQ, the Contractor will provide approximately eight (8) iterations of overseas training, five (5) sets of test equipment, two hundred fifty (250) PVS-14 or similar NVDs, five (5) ANVIS-6, and seventy-five (75) sets of NVD accessories. Each year�s requirement may be divided between 10 to 20 different FMS customer countries. Separate ID/IQs may be awarded: one for night vision devices, and one for accessories, services, and test equipment.� Potential vendors are encouraged to express interest and capabilities for both possible ID/IQs, or for just one of them.�� PVS-14 or similar NVDs shall have auto-gating, and the option of green or white phosphorus. Per Department of Defense policy, image intensifier tubes shall meet U.S. military specifications (MILSPEC) for all customer requests. NVD test equipment may include such items as 4348/UV type Test Sets, ANV-20/20 Infinity Focus System type Test Sets, ANV-126A type Test Sets, Purge Kits, Nitrogen Bottle (refillable), Vacuum Hoses, Nitrogen Supply Hoses, Purge Adapter Hose, Purge Devices, and Regulator sets. Accessories may include PVS-14-type Specialized Tool Kits (Calibrated Torque Screwdriver with Eyepiece lens Locking-Ring Adapter, Calibrated Torque Screwdriver with Tube Retainer Wrench, 42 Inch (in.) Ounce (oz.) Torque Screwdriver, 5/64 in. Hex Driver for housing fasteners, etc.), standard accessories (Head Mount Assembly (�rhino mount�), Head/Helmet Mount Adapter (�J-arm�), weapon mount, brow pads, demist shields, eye cups, sacrificial windows, 3x and 5x Magnifiers, weapons mount, and compass assembly. Training will be for operator-level operation and maintenance, and operation of test devices. If your organization has the potential capacity to perform these contract items services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) capability statements addressing the particulars of this effort. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. ELIGIBILITY The applicable NAICS code for this requirement is 334419 � Other electronics Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Interested parties are requested to submit a capabilities statement of no more than three (3) pages in length in Times New Roman font of not less than 10 pitch. Additional material without limit may be provided in the form of specification sheets, items descriptions, and product presentations. The deadline for response to this request is no later than 2 pm, EST February 28 2020. All responses under this Sources Sought Notice must be e-mailed to Patrick.d.siemon.civ@mail.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. The contract type is anticipated to be Firm-Fixed Price. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Patrick Siemon, in either Microsoft Word or Portable Document Format (PDF), via email Patrick.d.siemon.civ@mail.mil. 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. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ff6637e82a564d09b51a90ed9d98255c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05563269-F 20200216/200214230152 (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 |