Search Contract Opportunities

Second Generation Forward Looking Infrared B-Kit Components, Repairs, and Engineering Services   2

ID: W909MY19D0004 • Type: Sources Sought

Description

Synopsis:
The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is conducting market research on behalf of the US Product Manager Ground Sensors in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this Market Research is to identify potential sources that have the skills, experience, knowledge, and capabilities required to manufacture and deliver the following:

1. Second Generation Forward Looking Infrared (2GF) B-Kit components. The Government will only consider sources that can deliver all components listed on Attachment 001.
SEE ATTACHMENT 001 FOR THE PARTS LIST

2. Repair/refurbish of 2GF B-Kit Components, specifically Afocals, Imager Assemblies, Detector/ Cooler Bench Assemblies (DCB), Standard Advanced Dewar Assembly (SADA) II Optically Improved (OI), and SADA II Non-OI.

3. Engineering & Technical Services Design Engineering and Technical Services necessary to support the manufacturing, delivery, repair/refurbishment, and sustainment of 2GF B-kit components, including qualification testing, conformance inspection, obsolescence mitigation, and software maintenance.

Interface and Performance Requirements:

The following list contains Performance Specifications that suppliers will need to meet in order to be considered fully qualified for each of the items:

Note: The following Performance Specifications cover the Block 1 B-Kit.

1. MIL-PRF-A3271804C Performance Specification for the Block 1 B-Kit
2. MIL-PRF-5009755F Performance Specification for the Standard Advanced Dewar Assembly Type II (SADA II)

The following list contains Interface Control Documents that suppliers will need in order to meet to be considered fully qualified:

Note: The following Interface Control Documents cover the Block 1 B-Kit.

1. A3298946J Interface Control Document for the 2GF Block-1 B-Kit
2. A3190635H Interface Control Document for the SADA II

The Contractor shall be able to manufacture all items listed in Attachment 001 to be compatible with all previously delivered B-Kit components.

The Government does not have rights to a complete technical data package. For any questions regarding the above technical data or information, to include Attachment 001 showing the
B-Kit Parts List, contact the below POC:

Michael Sampson, Contract Specialist,
Email: michael.a.sampson18.civ@army.mil

New Vendors, please note the following:
There is no Government funding available for development, test, and qualification of the B-Kit components. Deliveries of new procurements are required to begin no later than 18 months after receipt of award (ARO).

Foreign participation is excluded.

As a condition of responding to this RFI, it is a requirement that all potential responders possess the means to properly store and work on information classified at the SECRET level.

Sources responding to this Request for Information must provide the following information with as much detailed information as possible:

1. Brief summary of the company

Company Information
Company Name:
Company CAGE Code:
Company DUNS Number. If your Company holds a GSA Schedule contract (541 or other), please provide the Schedule number
Company Address:
Company Phone #:
Company email:
Company Representative and Business Title:
Company Socioeconomic Classification -- (Small Business (SB), (8)(a), Woman-Owned (WOSB), Economically-Disadvantaged Women-Owned (EDWOSB), Veteran-Owned and Operated (VOSB), Service-Disabled Veteran-Owned, (SDVOSB), or Historically Underutilized Small Business-Zone (HUBZone), Historically Black College and Universities/ Minority Institutions (HBCU/MI))

2. Qualifications in Thermal Imaging/Infrared Technology for this effort or like efforts

3. Does your company possess the technical data and capability to manufacture the B-Kit components listed in Attachment 001? If you do not presently manufacture the B-Kit components listed in Attachment 001, how long would it take your company to develop, test, qualify, manufacture, and deliver these B-Kit components which are fully interchangeable with the original equipment manufacturer?

4. Provide the requested information for up to five (5) projects your company/team has performed within the past five (5) years of similar scope and magnitude or that match the complexity of this effort. For each project, provide responses to the set of questions below.

a. Agency/Customer:
b. Project Name:
c. If you have experience as a prime contractor, please provide as much of the following information as possible:

1) Number of task orders you were prime on
2) Contract number(s)

d. Identify the agency or non-government customer, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar items commercially.

e. Aggregate dollar value of entire contract
f. Aggregate dollar value of task orders you were the prime on
g. Is the work similar in scope to that of the above performance capabilities and attributes?
h. Period of Performance (for base and options)
i. Were you the Prime or Subcontractor?
j. % of Work Performed
k. Description of Work Performed
l. Security Clearance Requirements (number of personnel and level of clearance and/or designation)

5. Is your company planning on business arrangements with other companies? If so, please describe the process used in selecting members.

6. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, and/or other business arrangements to satisfy these requirements. Respondents 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.

7. Does your company have a SECRET facility or access to one should it be required?

8. Does your company have an adequate number of employees who have a SECRET clearance who can perform the activities required to manufacture the components listed in Attachment 001?

9. Discuss existing production capacity. What is the current maximum capacity and lead times for producing all the B-Kit components listed in Attachment 001? If you do not currently have a production line, how long would it take to establish one? Additionally, what quantities per year are necessary to maintain an efficient industrial base? Please provide information on your approach to supply chain management and any current risks to maintaining an effective production line.

10. Describe how you will either produce or subcontract for each component or assembly. Please identify sources of supply for any components or assemblies for which you intend to subcontract production. Please identify if this would be a new or established relationship for these components.

11. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system?

QUESTIONS 12 - 15 ONLY APPLY TO THE SMALL BUSINESS RESPONDENTS: In addition to the above, small businesses responding should provide the following information:

12. If you are a small business and plan to be the prime, please inform how you will meet the limitations on subcontracting Clause 52.219-14.

13. If you identify your company as a Small Business or any of the Small Business subcategories above, then is your company interested in being a prime on this contract?

14. Under the current SB size standard, do you anticipate your company remaining a small business for at least the next three years, under the stated NAICS code 334511? The Government will use this information to assist in determining if this effort is eligible as a small business set aside.

15. If you are a small business, can your company sustain if not paid for 90 calendar days?

16. Using the components listed in the attached Parts List Table complete the following Make/Buy Table and submit with your response. Use the following guideline: chose Make or Buy depending on whether you make (manufacture) or buy (use sub-contractor(s)) each component. If company owned technical data is subcontracted for manufacturing as a build to print arrangement select Make in the response.

Item Description NSN Gov't Part Number Qualified Items Make/Buy Comments

"Make" or "Buy"

17. Discuss existing production capacity, or required capacity if establishing a production line, and economic quantity requirements necessary to maintain that capacity and industrial base.

18. Please provide the following Point of Contact information on all responses:

Company:
Address:
Point of Contact:
Phone Number:
Fax Numbers:
Email Address:
CAGE Code:
DUNS Number:

19. Please identify your company's business size standard based on the North American Industrial Classification System (NAICS) code of 334511 for example. For more information, refer to http://www.sba.gov/content/table-small-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

20. The Government requests that interested parties with the capabilities to meet the above requirements should electronically submit White Papers of not more than fifteen (15) pages, 8.5" x 11" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Responses to Small Business Questions 19 thru 22 are not counted in the above stated twenty (20) page limitation. Any information submitted by respondents to this sources sought notice is totally voluntary and at no cost to the Government. This information will help the Government form its acquisition strategy. All information received in response to this sources sought synopsis that is marked "Proprietary" will be handled accordingly. Responses will not be returned nor will receipt be confirmed. No solicitation exists; therefore, do not request a copy of a solicitation.

21. How will your company address Obsolescence issues?

Upon request, the Government will provide Interface Control and Performance Specifications only. To request copies, it is required that your company must be registered with the Department of Defense before the release of information. The request shall be submitted in writing or via email. NO TELEPHONE REQUEST WILL BE HONORED. Requests must be submitted within 14 days after this notice. Initial responses should be submitted to the POC: Product Manager Ground Sensors (PM GS) 10221 Burbeck Road, Attention: Mr Vincent E. Ramirez, Bldg 399 Room 108, at Fort Belvoir, VA 22060-5806 (vincent.e.ramirez4.civ@army.mil). Initial requests must include: company name, Company and Government Entity (CAGE) Code, classified mailing address.

Background
The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is conducting market research on behalf of the US Product Manager Ground Sensors in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this Market Research is to identify potential sources that have the skills, experience, knowledge, and capabilities required to manufacture and deliver Second Generation Forward Looking Infrared (2GF) B-Kit components, repair/refurbish 2GF B-Kit components, and provide engineering and technical services necessary to support the manufacturing, delivery, repair/refurbishment, and sustainment of 2GF B-kit components.

Work Details
Specific products to be manufactured or delivered under the contract include:

1. Second Generation Forward Looking Infrared (2GF) B-Kit components. The Government will only consider sources that can deliver all components listed on Attachment 001.

2. Repair/refurbish of 2GF B-Kit Components, specifically Afocals, Imager Assemblies, Detector/ Cooler Bench Assemblies (DCB), Standard Advanced Dewar Assembly (SADA) II Optically Improved (OI), and SADA II Non-OI.

3. Engineering & Technical Services – Design Engineering and Technical Services necessary to support the manufacturing, delivery, repair/refurbishment, and sustainment of 2GF B-kit components, including qualification testing, conformance inspection, obsolescence mitigation, and software maintenance.

Period of Performance
Deliveries of new procurements are required to begin no later than 18 months after receipt of award (ARO).

Overview

Response Deadline
Nov. 10, 2023, 4:00 p.m. EST Past Due
Posted
Oct. 25, 2023, 10:14 a.m. EDT
Set Aside
None
Place of Performance
Fort Belvoir, VA 22060 United States
Source
SAM

Current SBA Size Standard
1350 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
26%
On 10/25/23 ACC Aberdeen Proving Ground issued Sources Sought W909MY19D0004 for Second Generation Forward Looking Infrared B-Kit Components, Repairs, and Engineering Services due 11/10/23. The opportunity was issued full & open with NAICS 334511 and PSC 5855.
Primary Contact
Title
Supervisory Contract Specialist
Name
Sabin Joseph   Profile
Phone
None

Secondary Contact

Title
Contract Specialist
Name
Michael Sampson   Profile
Phone
None

Documents

Posted documents for Sources Sought W909MY19D0004

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought W909MY19D0004

Incumbent or Similar Awards

Contracts Similar to Sources Sought W909MY19D0004

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W909MY19D0004

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W909MY19D0004

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W909MY
Source Organization Code
500043764
Last Updated
Dec. 28, 2023
Last Updated By
michael.a.sampson18.civ@mail.mil
Archive Date
Dec. 28, 2023