The RFP Database
New business relationships start here

Computer, Fire Control


Michigan, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

PURPOSE: Army Contracting Command Warren (ACC-WRN) and Integrated Logistics Support Center(ILSC) 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 requirements for Computer, Fire Control (NSN, 1220-01-619-0117). The result of this market research will contribute to determining the method of procurement.
REQUIREMENT: ACC-WRN and ILSC proposed to award a new contract for the procurement of Computer, Fire Control units for the M1A1 tanks over a five year period. A quantity of up to 64 units per year are contemplated through use of priced options. The effort will require a company to be familiar with the Abrams M1A1 vehicle as a whole. The Abrams Heavy Combat vehicle is a specialize vehicle which involves technical data in order to provide services for.
INSTRUCTIONS: If your organization has the potential capacity to perform these contract 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. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability, facilities (to include references to overhead cranes, rail access, etc.), history with M1A1 specialize part supply, etc.. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; and


3. Notional scheme(s) of support to meet the requirements. The Government will evaluate market information to ascertain potential market capacity to:


a) Provide services consistent in scope and scale with those described in this notice and otherwise anticipated; and


b) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform armor removal and installation; and


c) Implement a successful project management plan that includes: compliance with tight program schedules, cost containment, meeting and tracking performance, hiring and retention of key personnel, and risk mitigation.


Responses should be no more than ten pages in length. A page is defined as 8.5 X 11, 12 pt, and Times New Roman font. ACC-WRN and ILSC invites potential firms to submit responses as a digital copy (pdf) to Michael Hawkes (Michael.f.hawkes.civ@army.mil) no later than 03/05/2019 at 1600 hours local time (Eastern Daylight Time - EDT). Please confirm receipt of your statement before the deadline in order to be considered.


DISCLAMER: THERE IS NO SOLICITATION AT THIS TIME. ACC-WRN and ILSC is hereby seeking information from interested parties to perform non-personal services mentioned above. The intent of this Sources Sought is to request capability statements from interested parties. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this synopsis. The Government will not pay for any information solicited. No evaluation letters or results will be issued to the respondents. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on FedBizOpps. It is the potential firm's responsibility to monitor the site for the release of further information. The Government intends to review all responses submitted by Industry and may use this data to refine requirements. The United States Government (USG) acknowledges its obligations under 18 U.S.C. §1905: The Trade Secrets Act to protect confidential information provided to the USG. Pursuant to this statute, the USG is willing to accept proprietary restrictions placed upon data presented in response to this survey and to protect such information from unauthorized disclosure, subject to the following:


• Data must be in writing and be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified on what data is proprietary.


• Mark as proprietary only data that is truly confidential and to which there is a legal property right


• Do not mark data that is already in the public domain or is already in possession of the USG or third parties on an unclassified basis. Do not mark data that us available to the USG or to the public without restriction from another source.


• Do not submit any classified data in response to this market survey.


Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends:


"PROPRIETARY PORTION BEGINS" and "PROPRIETARY PORTION ENDS."


BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.


 


Michae F. Hawkes, Contract Specialist, Phone 5862827155, Email michael.f.hawkes.civ@mail.mil - Mark Hirsch, Contract Specialist , Phone 586-282-9516, Email mark.r.hirsch.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP