Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2003 FBO #0497
SOURCES SOUGHT

58 -- Source Sought Notice for Acquisition of SINCGARS Spare

Notice Date
4/9/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
DAAB07-03-R-C207
 
Archive Date
6/29/2003
 
Point of Contact
Wei Lu-Gin, 732-427-1536
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center
(Wei.Lu-Gin@mail1.monmouth.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA NA This update notice attempts to identify additional sources for a future competitively solicited, firm-fixed price, IDIQ contract in support of the Single Channel Ground and Airborne Radio Systems (SINCGARS). Award will be made to the lowest priced, tech nically acceptable proposal. The awarded contract will be a one-year, IDIQ type contract with four one-year options. The contractor shall provide various generations of SINCGARS Shop Replaceable Units (SRUs) and spares (replaceable subassemblies and parts of end items that are normally stocked by CECOM item managers at government depot) that were originally designed and produced by General Dynamics Land System (GDLS). A list of the deliverable spare parts, as well as SRUs, is available (additional items ma y be added at a later date). A Technical Data Package (TDP) exists. Additional engineering efforts may be required by prospective contractors in order to successfully produce these items. Potential bidders shall have demonstrated capabilities in manufactur ing and redesigning multi-layer circuit cards to eliminate obsolescence, and conduct system level testing with tactical net radios or similar equipment. Obsolescence management and configuration management will be the contractor?s responsibility. These add itional efforts shall not be separately priced, and therefore are built into the unit price of each of the NSNs on contract. OBSOLESCENCE MANAGEMENT: Obsolescence will be transparent to CECOM. The effect of obsolescence and/or obsolescence issues will be t he responsibility of the contractor to control. The contractor shall be responsible for planning for obsolescence; initiating minimum buys of parts, buyouts, re-qualifications of part substitutes, and any necessary redesigns, while maintaining the contract ed delivery schedule and firm-fixed price of each item. During any redesign effort, modernization should be pursued to improve performance and schedule, and reduce the Government's Total Ownership Cost. Several of CECOM's goals are (but not limited to): im provement in the reliability repairs, reduction in the number of components and spares, increase in the use of commonly available commercial parts, and reduction in Production Lead Time. Any new designs shall be qualified, at a minimum, at the system level for compatibility with all equipment (including TMDE), and all configurations already fielded, and shall be the responsibility of the contractor to ensure this hardware and software compatibility. The form, fit, and function of the equipment will be main tained. CONFIGURATION MANAGEMENT: CECOM intends to release the configuration control of the SINCGARS technical data to the contractor. With the exception of INFORSEC related items, the contractor shall be responsible for all the changes and updates to the drawings without requiring CECOM's approval. A CECOM representative, such as a QAR, COR, or other member deemed necessary, shall be provided copies of the approved internal Engineering Change Proposals (ECPs) (or contractor change document) and updated (re vised) drawings as they are entered into the contractor's own drawing repository. At any time during the contract period, the technical baseline at the contractor's facility shall be the same as at CECOM's. The drawings provided at the time of award will s erve as the initial technical baseline, or the starting point. The Government will provide drawing numbers for contractor configuration control. Updates to the Technical Data Package (TDP) will not have any proprietary designs introduced so that the TDP wi ll remain competitive. These revisions are provided for the offeror's information and are subject to change. Please response NLT April 30, 2003. In the event that your firm has an interest in bidding this proposed solicitation, request that your response be forwarded to the lead Contract Specialist, Ms Wei Lu-Gin at (732) 427-1416. Your response should include at a minimum your company name, address, cage code, and a technical point of contact.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00299710-W 20030411/030409213738 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.