SOURCES SOUGHT
99 -- Warrior Injury Assessment Manikin (WIAMan)
- Notice Date
- 11/4/2020 4:28:48 AM
- 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
- W91CRB-20-R-WATD
- Response Due
- 11/10/2020 7:00:00 AM
- Archive Date
- 11/25/2020
- Point of Contact
- Lynette Perez, Elizabeth Nordell
- E-Mail Address
-
lynette.n.perez.civ@mail.mil, elizabeth.m.nordell.civ@mail.mil
(lynette.n.perez.civ@mail.mil, elizabeth.m.nordell.civ@mail.mil)
- Description
- REQUEST FOR INFORMATION Warrior Injury Assessment Manikin (WIAMan) Anthropomorphic Test Device (ATD) Sustainment THIS IS A REQUEST FOR INFORMATION (RFI) ONLY, which is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e) as part of market research. This is not a solicitation/request for proposal and no contract shall be awarded from this synopsis. There is no solicitation package available at this time. All interested parties should send responses and any comments/questions to Ms. Lynette Perez, email: lynette.n.perez.civ@mail.mil. All responses must be received NLT 10:00 a.m. local Maryland time on 10 November 2020. All questions and comments must be in writing; no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.� If a solicitation is released, it will be synopsized on the Federal Business Opportunities website at https://beta.sam.gov/. �It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Purpose: Request for Information � Aberdeen Test Center (ATC) � Aberdeen Proving Ground (APG) is one of the Department of Defense�s (DoD�s) foremost test and training ranges supporting DoD, non-DoD and commercial material developers by testing a broad spectrum of equipment throughout the life cycle, from concept through deployment. The intent of this RFI is to identify sources that can provide calibration, maintenance, and repair of the instrumentation and data acquisition systems that are in the Warrior Injury Assessment Manikin (WIAMan) Anthropomorphic Test Device (ATD).� The WIAMan is a new ATD designed for vertical loading in under body blast testing of military ground vehicles and replaces the current instrument that is being used in title 10 live fire testing to assess crew injury. The testing data will be used to develop new safe vehicles and associated equipment to help reduce injury risk to the warfighter.� Business Size Standard:� The North American Industrial Classification System (NAICS) code is 334419, Other Electronic Component Manufacturing; the size standard is 750 employees.� Estimated Period of Performance:� 15 November 2020 through 14 November 2023 Place of Contract Performance:� The calibration, maintenance and repair will be performed at the contractor�s facility. Contract Type:� Firm Fixed Price Major Support Services: � WIAMan ATD is unique in that it is the first to integrate the Data Acquisition System (DAS) into the ATD. The specialized components of the WIAMan ATD that require calibration, maintenance and repair to be conducted by the Original Equipment Manufacturer (OEM) are the SLICE 6 Data Acquisition System (DAS), 6DXG2 accelerometer package, SLICE PRO Lab Ethernet control module (ECM) and the SLICE PRO Lab Sensor Interface Module (SIM). Request for Information: Please respond to the following in Arial font size 12 in no more than 10 pages in length 1.� Point of Contact Information: Company: Address: Point of Contact: Phone Number: Fax Number: Email Address: CAGE Code: 2.� Please identify your company�s size standard per the primary NAICS code of 334419, Other Electronic Component Manufacturing.� The Small Business Size Standard for this NAICS code is 750 employees. For more information on small business, refer to: https://www.sba.gov/document/support--table-size-standards. � If your company is a small business, indicate whether any of the small business categories below apply: � 8(a): Small Disadvantaged Business (DB): Woman-Owned Small Business: Historically Underutilized Business Zone (HUBZone): Veteran-Owned Small Business: Service-Disable Veteran-Owned Small Business: � 3.� If you identify your company as a SB or any of the SB subcategories as stipulated in Question 3, is your company intending to submit a proposal as a prime contractor? � 4.� Does your company possess the capabilities to provide the entire range of products and services discussed in this RFI?� If NO, please provide specific capabilities that you intend to provide? � 5.� Does your organization have any experience in calibrating, maintaining and repairing the data acquisition and instrumentation (sensors, accelerometers, and load cells) that are in the WIAMan ATD? Please provide details to adequately define the scope of effort. 6.� Please provide cost estimate for the calibration, parts and replacement parts and labor for repairs of the WIAMan ATD�s instrumentation and data acquisition systems. This cost estimate does not signify an offer on this RFI.�� 7.� Please provide the following information for up to 3 examples of similar work that your company has performed as a prime or a sub-contractor: Contract number(s). Aggregate dollar value of entire contract. Aggregate dollar value of task orders as a prime or sub-contractor.� Number of task orders as the prime or sub-contractor. Was this work similar in scope? 8.� Is your company planning on business arrangements with other companies?� If so, please list the process used in selecting the members. 9.� Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements above.� Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 10.� All Contractor employees supporting classified task assignments shall possess at a minimum an interim or final SECRET clearance at the start of the contract. 11.� �Please provide additional information that you believe we should know about your company in support of this RFI. � �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/95c9d47cbad848a1ae21757d0b83d318/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05846451-F 20201106/201104230141 (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 |