Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2023 SAM #7921
SOURCES SOUGHT

54 -- Command and Control (C2) Shelters

Notice Date
8/3/2023 2:02:33 PM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-23-R-0073
 
Response Due
8/7/2023 2:00:00 PM
 
Archive Date
08/22/2023
 
Point of Contact
Tawanda Agee, Renee Turner, Phone: 2563135176
 
E-Mail Address
tawanda.l.agee.civ@army.mil, RENEE.TURNER4.CIV@ARMY.MIL
(tawanda.l.agee.civ@army.mil, RENEE.TURNER4.CIV@ARMY.MIL)
 
Description
This is a Sources Sought Announcement for market survey purposes only. This is not a solicitation for proposals. No contract shall be awarded, nor will reimbursement be made for any costs associated with providing information, in response to this announcement.� The United States Army Aviation and Missile Command (AMCOM), Redstone Arsenal, Alabama, anticipates a requirement to provide Command and Control (C2) Shelters in support of Building Partner Capacity efforts. The purpose of this announcement is to gain knowledge of interest, capabilities, and qualification of businesses to compete and perform a hybrid type contract with fixed price and cost reimbursable requirements. This announcement supports the Federal Acquisition Regulation Part 10 Market Research requirement. PROGRAM BACKGROUND The Integrated Fires Rapid Capabilities Office -International (IFRCO-I) plans, coordinates and synchronizes programmatic, logistics, training, and technical management of international systems of systems, delivering emerging and rapid development Short Range Air Defense and Counter Unmanned Aircraft Systems capabilities to foreign partners. REQUIRED CAPABILITIES The contractor shall be capable of designing, documenting, and manufacturing C2 shelters utilizing conceptual drawings. Shelter design shall provide a controlled environment suitable for equipment and personnel and must meet NATO TEMPEST Standard B. Standard DoD design reviews, configuration management systems and program management practices are required. The containerized shelters shall be self-removable from a vehicle platform i.e., requires no external material handling equipment. The shelters shall have a leveling system with lift system and shall be transportable over unimproved roads. The shelters shall have rigid wall construction with no expansion areas. Internal workspace for three to five operators is required with appropriate safety and security measures implemented. Physical security measures and access control shall be integrated with each shelter. Shelter systems shall include an integrated grounding system and environmental monitoring system and must provide electromagnetic pulse (EMP) protection. Generator requirements shall meet European standards for A/C 120V/60Hz, 220V/50Hz and MIL SPEC 1275E 28V DC and shelter interfaces to commercial (shore) power shall meet US, NATO, and military power systems.� Environmental control units shall operate between -40�C and +50�C and be self-contained within the shelter. The contractor shall be capable of developing training and maintenance manuals in accordance with the European Association of Aerospace Industries (AECMA) standards, conducting in-country training for foreign partners and providing fielding/installation support. SUBMISSION INSTRUCTIONS Businesses of all sizes are encouraged to respond. �Offeror's response to this announcement shall be limited to 5 pages in length in Times New Roman font of not less than 10 pitch and shall include the following information: Offeror's name, address, point of contact, phone number, and e-mail address. Offeror's interest in submitting a proposal to a solicitation if issued. Offeror's CAGE Code, business size (if a small business, please indicate�� whether HUBZone, Service-Disabled Veteran Owned Small Business, 8(a), etc.). Offeror's Joint Venture information, if applicable (existing and potential). Tailored capability statements addressing the particulars of this effort. NOTE: Please do not submit marketing materials/brochures with the requested capabilities statement. The capabilities statement submitted in accordance with the instructions above is all that will be reviewed for purposes of this market research. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All responses to this Sources Sought shall be electronically submitted to the Contract Specialist, Tawanda L. Agee in either Microsoft Word or Portable Document Format (PDF), via email Tawanda.l.agee.civ@army.mil. Your written responses are required no later than 4:00pm CST on August 7, 2023. All questions and comments must be submitted via email and no telephone calls will be accepted. The submission of this information is for planning purposes and is not to be construed as a commitment by the Government to procure any items, nor does the US Army intend to award based on this request for sources sought or otherwise pay for the information solicited or any follow up information requests.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ad163ede09eb4cd2ad624a084b5133d3/view)
 
Record
SN06776548-F 20230805/230803230059 (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.