The RFP Database
New business relationships start here

Tactical Advanced Land Inertial Navigator (TALIN) High Accuracy North Finding System (HA-NFS)


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

The US Army Program Executive Office, Missiles and Space Cruise Missile Defense Systems (CMDS) Project Office is conducting market research to determine if there are potential sources with the capability to provide sixty-six Tactical Advanced Land Inertial Navigator (TALIN) High Accuracy North Finding Systems (HA-NFS) Part Number HG9986AA02-002. The contractor shall begin delivery of a minimum total of 39 TALIN HA-NFSs Part Number HG9986AA02-002. The contractor shall begin deliveries 10 months after contract award and deliver a minimum of 13 units per month until the minimum 39 are delivered. The remaining quantities shall be exercised during the performance period based on known requirements.

Pursuant to Federal Acquisition Regulation (FAR) 15.2, this notice is being issued as a REQUEST FOR INFORMATION. In accordance with FAR 15.201(e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. No contract award is intended as a result of this request. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information is issued solely for information and planning purposes - it does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. The Government will not pay for the information received.

Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes:

a. The Government does not intend to award a contract on the basis of this Request for Information or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the FAR.

b. Although "proposed", "proposal", and "offeror" may be used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.

c. This Request for information is issued for the purpose of acquiring information to support the Sentinel A3 assets to keep the entire fleet fielded with the same North Finding Module Systems

RESPONSE INSTRUCTIONS.

Part A. Business Information:

Please provide the following information for your company/institution and for any teaming or joint venture partners:

1. Company/Institute name
2. Address
3. Point of Contact
4. Cage Code
5. DUNS Number
6. Phone Number
7. E-mail Address
8. Web page URL
9. Size of business pursuant to North American Industry Classification System (NAICS) Code 334511. Based on the above NAICS Code, state whether your company qualifies as a:

a. Small Business (Yes/No)
b. Woman Owned Small Business (Yes/No)
c. Small Disadvantaged Business (Yes/No)
d. 8(a) Certified (Yes/No)
e. HUB Zone Certified (Yes/No)
f. Veteran Owned Small Business (Yes/No)
g. Service Disabled Small Business (Yes/No)
h. Central Contractor Registration (Yes/No)
i.  Statement describing company as domestically or foreign owned (if foreign owned, please indicate country of ownership).

Part B. Capability:

1. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide.

2. Describe your company's past experience (no more than five examples) on NFS P/N HG9986AA02-002. Include contract numbers, a brief description of the P/N NFS associated, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager).

3. Describe your processes, experience, and facilities for meeting the 10 month delivery schedule of the minimum 39 NFSs deliverables from contract award.

4. What steps would you likely take to mitigate the risks to the minimum quantity of 39 delivery performance period?

SUBMISSION INSTRUCTIONS.

Only US based and owned companies are eligible to respond. Foreign participation is not authorized, US citizens only. This RFI will be unclassified.

All responses must be submitted in writing, and must include: Company name, Commercial and Government Entity (CAGE) code, classified mailing address, and appropriate point of contact information. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. Appropriate proprietary claims will be honored and protected to prevent improper disclosure.

The response must will be no more than 10 pages (text 12-point font, figures 9-point) describing the NFS P/N and delivery schedule from contract award. Please submit two (2) copies of your response if in hard copy form, one (1) copy if emailed. RFI responses must be received (email) or postmarked (mail) within 15 calendar days of this RFI announcement date.

Responses will be received via mail or by email. Responses should be sent to US Army Contracting Command- Redstone, CCAM-SM-A, ATTN: Amy D. Miller, Bldg 5250, 3rd Floor, Redstone Arsenal, AL 35898. Emailed responses should be sent to the following e-mail addresses amy.d.miller41.civ@mail.mil.

ASSESSMENT.

The assessment criteria used to evaluate the information received in response to this RFI will be 1) technical maturity and feasibility to deliver a minimum of 39 TALIN HA-NFS units with a potential total quantity of 66 units, 2) technical feasibility and respondent's capability to begin deliveries 10 months after contract award and deliver a minimum of 13 units per month until the minimum 39 are delivered, and 4) cost.




Amy D. Miller, Contracting Officer, Phone 2568763494, Email amy.d.miller41.civ@mail.mil - Lindsay Bodie, Contract Specialist, Phone 2568763939, Email lindsay.d.bodie.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP