SOURCES SOUGHT
12 -- INDICATOR CONTROL SUBASSEMBLY; NSN: 5895-01-157-3077; PN: 12295082-3. The item is a wire-cable assembly with a photoelectric control and electrical connectors.
- Notice Date
- 7/12/2006
- Notice Type
- Sources Sought
- NAICS
- 335929
— Other Communication and Energy Wire Manufacturing
- Contracting Office
- TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- W52H09-06-O314
- Response Due
- 7/27/2006
- Archive Date
- 9/25/2006
- Small Business Set-Aside
- Total Small Business
- Description
- NOTICE TO INTERESTED AND QUALIFIED SMALL BUSINESS MANUFACTURERS: Tank Automotive and Armor Command - Rock Island Arsenal (TACOM-RI), is seeking additional Market Research Information from qualified Small Business (SB) manufacturers, relative to supp lying the subject cable assembly. The referenced solicitation was originally released on 11 May 2006, as a Total Small Business Set-Aside, and currently is posted on the TACOM-RI Solicitation Web Site at https://aais.ria.army.mil/aais/SOLINFO/index.htm. TACOM-RI is conducting this additional market research, to determine whether there are qualified SB manufacturers who can provide this item with a better delivery schedule, lower price and higher product quality than the current contractor, Federal Prison Industries (FPI). Interested and Qualified SB manufacturers should make a through review of all the provisions of the Request For Proposal (RFP), paying specific attention to the clause provisions, attachments and supporting documents, including the var ious requirements of the Technical Data Package Listing (TDPL), to include any required certifications on parts or materials. If, upon review, you are interested in competing for this contract, you should forward a written statement of interest as delineat ed below to the Point of Contact (POC) listed herein. These statements of interest or intent shall clearly define how you will be able to improve on the current delivery schedule and price, and meet or exceed the current quality requirements of the item. INDICATOR CONTROL SUBASSEMBLY: As originally described in the 06 April 2006 FedBizOps Announcement, the item is a cable assembly consisting of a 3 strand wire, 3 connectors, and one photo-electric control component. Three of the parts listed in the TDPL, (P/Ns 12293286, 12308713, and 2590039) must be acquired from specific source controlled suppliers. In submitting your statement of interest, any proposed prices shall use quotes for these products only as purchased directly from these Source Controlled pr oviders. The Government currently does not have any program funds or any intent to qualify new venders or sources and consequently the requirement to use these sources will be strictly enforced during contract performance. NOTICE: TACOM-RI does not have access to, nor maintain any computer aided design drawings (CADD), including Gerber Files or Stable Based MYLAR drawings for this item. SOLICITATION TERMS: Although the solicitation is presently set-aside for Total Small Business Concerns that set-aside action was based on the Contracting Officer's initial determination that SB manufacturers could meet the Government's terms for delivery, and for the quality standards of the TDPL. That initial determination maybe reassessed based on information obtained from this notice. The item's quality standards are listed, either directly or as referenced Military or Industry Standards, throughout t he TDPL and the RFP. The Contract's delivery terms are specified in the RFP, Page 2, Section A - Supplemental Information, Paragraph 13, and are also listed in Section B - Supplies or Services and Prices/Costs. The solicitation also requires that the su ccessful offeror have a fully compliant ISO 9001:2000 Quality Assurance program fully developed and in place at the time of award. ANTICIPATED CONTRACT: Any anticipated future action(s) which may result from this announcement (regardless of the final set-aside determination) will be for a fixed quantity, at a fixed price. The current estimated requirement is for 809 items. No optio n quantities are anticipated at this time. Delivery terms will be FOB-Destination, to several potential DoD facilities within CONUS. First Article Testing (FAT) will be required of any First Time Producers of this item. The FAT requirement will include manufacturers' direct certifications that source controlled, and other listed Qualified supplier parts are being supplied for incorporation i nto the final assembly. Certifications from supplier firms manufacturers certified or not - WILL NOT SUFFICE as the required manufacturer's certification. WRITTEN STATEMENT OF INTEREST from Small Business Manufacturers: Qualified and capable SB manufacturers are to forward their written statement of positive interest, qualifications, and capabilities in performing all aspects of the anticipated contract. E mailed statements are the preferred medium, to buebec@ria.army.mil. However, telefaxed statements, to (309) 782-0794 - Attn: C. Buebe, are also acceptable. This positive statement of interest should include, as a minimum, the Concerns qualifications as a Small Business contractor; the Concern's capabilities to meet the quality standards of the TDPL and compliance with ISO 9001:2000; the Concerns best estimated delivery terms for the total quantity of 809 items (exp., 100 units by the 100th day After Rec eipt of Order, then 200 units every 30 days thereafter); the Concern's ability to pursue and successfully complete the FAT requirements; the Concern's CAGE Code; a concise listing, with references, of prior contracts to manufacture and supply similar cable assemblies; the Concern's current listing of certified NAICS, SIC, PSC, and FSC Codes. Also, interested SB manufacturers are to provide a Range Order of Magnitude (ROM) of their anticipated price, on a per unit basis with an extended total price. This R OM price may be cited in various formats, like a small range amount with a minimum or maximum unit price such as between $400 to $425 each or an exact unit price dollar figure. If offerors provide such a large unit price spread as to make the information useless to the reviewing contracting officer, the Government reserves the right not to consider that information as part of the Governments analysis. Any Statements of Positive Interest from SB manufacturers are to be received by the deadline date listed above. Any information obtained is for the sole purpose of gathering sufficient information for the Contracting Officer to complete the intended additional market research and any information provided will not be binding to either the respondent firm or the Government. Based on a review of all the information received as part of the market research effort (or lack thereof, if insufficient interest is received, or if it is determined that responsive SB manufacturers did not substantiate that they can improve on the delive ry terms and price and equal or exceed the quality, of the incumbent contractors), the Contracting Officer shall make a determination relative to the subject solicitation action. Any decision will be considered final, and not subject to further review or a ppeal. If it is determined that there is sufficient interest from qualified Small Business manufacturers, the solicitation will remain as a small business set-aside procurement action, with the single exception of the incumbent contractor (FPI) and it sha ll proceed without further notice.
- Place of Performance
- Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
- Zip Code: 61299-7630
- Country: US
- Zip Code: 61299-7630
- Record
- SN01087468-W 20060714/060712221023 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |