SOURCES SOUGHT NOTICE
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Inflatable Targets to support Army Acquisition Whole Ensemble Testing. on a SOLE SOURCE basis but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.
The proposed sole source Firm Fixed Price contract to purchase Inflatable Targets. The statutory authority for the sole source procurement is FAR Part 13.501(a)(2)(ii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.
This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is: 339999
In response to this sources sought, please provide:
1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Alternate Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.
7. Recommendations to improve the Army's approach/specifications/draft SOW to acquiring the identified items/services.
Statement of Work Requirements:
The scope of work for this effort includes procurement of three specialized inflatable target decoys, which are visually accurate representatives, produce heat signatures, facilitate radar spoofing, and include inflation blower motors and repair kits.
Item 1: Pantsir-S1 (SA-22 Greyhound)
- 1:1 scale or 100% of threat vehicle size
- Dimensions: (319” length) x (106” width) x 156” height)
- Material Commercial Spec Materials such as PVC
- Weather resistant - thermal stability from -20 Degrees to 150 Degrees Fahrenheit
- Wind Capability: Able to withstand 35mph winds
- Color Scheme: Tan
- Rapidly deployable and reconfigured. Operational set-up time no longer than 30 minutes
- Thermal heating elements in the engine and generator at the aft of the weapons system.
- Metallic foil/fabric under exterior vinyl skin 10 oz. matte military tan
- Radar Target Enhancers
- Basic artwork model (headlights, windows, wheels, grill, and turn signals)
- Weight: 390 pounds
- 120v Inflation Blowers
- (12) 18"x1" Ground Stakes
- (4) 30"x1" Ground Stakes
- Deluxe Repair Kit
Item 2: 2S6/2S6M Tunguska 2K22 (SA-19 Grison)
- 1:1 scale or 100% of threat vehicle size
- Dimensions: (311” length) x (128” width) x (157” height)
- Material Commercial Spec Materials such as PVC
- Weather resistant - thermal stability from -20 Degrees to 150 Degrees Fahrenheit
- Wind Capability: Able to withstand 35mph winds
- Color Scheme: Tan
- Rapidly deployable and reconfigured. Operational set-up time no longer than 30 minutes
- Engine thermal blanket
- Tank Track thermal blanket
- Metallic foil/fabric under exterior vinyl skin 10 oz. matte military tan
- Radar Target Enhancers
- Basic artwork model (headlights, windows, wheels, grille, turn, and signals)
- 3D black plastic guns (mounted on front)
- External Details: Custom PMS vinyl and full digital printed 3D tracks
- Thermal Signature: Engine compartment & tank tracks
- Weight: 250 pounds
- 120v Inflation Blowers
- (8) 18"x1" Ground Stakes
- Deluxe Repair Kit
Item 3: YJ-12 HOWO Missile Defence
- 1:1 scale or 100% of threat vehicle size
- Dimensions: (314.9” length) x (98” width) x (142” height)
- Material Commercial Spec Materials such as PVC
- Weather resistant - thermal stability from -20 Degrees to 150 Degrees Fahrenheit
- Wind Capability: Able to withstand 35mph winds
- Color Scheme: Tan
- Rapidly deployable and reconfigured. Operational set-up time no longer than 30 minutes
- Engine compartment thermal signature
- Metallic foil/fabric under exterior vinyl skin 10 oz. matte military tan
- Radar Target Enhancers
- Basic artwork model (headlights, windows, wheels, grille, turn, and signals)
- External Details: Canvas fabric to cover
- Weight: 430 pounds
- 120v Inflation Blowers
- (12) 18"x1" Ground Stakes
- (4) 30"x1" Ground Stakes
- Deluxe Repair Kit
Item 4: Shipping and Handling