SOURCES SOUGHT NOTICE
This notice is to gauge the availability of vendors that are capable and interested in meeting the Government's requirement for multiple robot variants and every part available to allow the Government to sustain, maintain, reset and recap each robotic platform listed. The Robot Logistic Support Center (RLSC) overall requirement for robots include multiple configurations of the Dragon Runner-10 (DR-10) and the Dragon Runner-20 (DR-20) robotic platforms including all associated parts for each variant to sustain, maintain, reset and recap in support of RLSC, Customers, and Foreign Military Sales (FMS).
RLSC is issuing a Sources Sought Notice as a means of conducting market research only to identify parties having an interest and the resources to support this requirement. The information gained will be used for preliminary planning and to determine the availability of qualified contractors to provide these robotic systems, parts, and training classes. The information received will be used by the Government to facilitate the decision-making process and if a solicitation is issued subsequent to this notice, information received from respondents will aid in the decision of whether to issue a solicitation as a competitive set-aside for qualified Small Businesses, Vendors with General Services Administration (GSA) Schedules, or whether to issue a solicitation as an unrestricted full and open competition. The Government assumes no financial responsibility for cost incurred with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal (RFP) and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results regarding the sources sought.
Any subsequent contract would be Firm-Fixed Price (FFP) with a period of performance of three to four years from the date of award. All robot variants, every part associated with each variant to complete all sustainment, maintenance, reset and recap actions, and the two FMS training classes (OpNet and Maintenance) will be incorporated into the potential contract as a Master Parts List (MPL).
All responding to this notice shall provide specific information to include a summary of its company’s capabilities.
Information to be provided shall include a Capability Statement which demonstrates the skills, experience, knowledge, and capabilities necessary to perform the Government’s requirement to provide all associated parts to sustain, maintain, reset and recap each robotic platform, as well as the ability to provide the training classes. Statements should address the contractor ability to obtain and provide the relevant MPL. The contractor shall address how it plans to ensure that the parts and all robotic platforms will comply in all respects with the manufacturer’s performance requirements for each part number and its plan for communicating with the Government regarding any required updating of the MPL as needed for part numbers or nomenclatures to ensure a complete Bill of Material (BOM). The contractor response should list the firm’s specific skills, experience, knowledge, and capabilities to complete these requirements, including, but not limited to a description of corporate experience with similar projects.
The Capability Statement should include:
Business Type(s): [ ] Large Business (LB), [ ] Small Business (SB), [ ] HUBZone (HZ), [ ] Service Disabled Veteran Owned Small Business (SDVOSB), [ ] Woman Owned Small Business (WOSB), [ ] 8(a) Business Development Program, [ ] Small Disadvantaged Business (SDB), [ ] Veteran Owned Small Business (VOSB).
Contract number(s):
Dollar value(s):
Point of Contact (POC):
POC Email address:
POC Phone number:
Brief description of your direct support of the effort: Similarity of scope, effort, complexity.