SOURCES SOUGHT
59 -- Market Survey for Sustainment Supplies and Services for Distributed Common Ground System-Army (DCGS-A) Enabled Common Ground Stations (DE-CGSs)
- Notice Date
- 7/3/2012
- Notice Type
- Sources Sought
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- MARKET-SURVEY-5303-1
- Response Due
- 7/13/2012
- Archive Date
- 9/11/2012
- Point of Contact
- Tineka C. Davis, 443-861-5438
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(tineka.c.davis.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- FOR ALL INFORMATION PLEASE CONTACT: Paul Shao paul.shao.civ@mail.mil 443-861-3217 This is a market survey to locate viable sources who can provide all of the supplies specified below and perform services related to those supplies, as required by the Government for the Distributed Common Ground System-Army (DCGS-A) Enabled Tactical Ground Station (DE-TGS)(type designations AN/TSQ-179C(V)2 and AN/TSQ-179D(V)2), for an approximate five-year period on an Indefinite Delivery/Indefinite Quantity (IDIQ) basis. Supplies and services are currently being provided by General Dynamics C4 Systems (GDC4S), Commercial and Government Entity (CAGE) Code 1VPW8, the developer of the DE-TGS and its predecessor Tactical Ground Station (TGS) configurations. If GDC4S is the only viable source to provide the required supplies and services, it is the Government's intent to include these requirements as a modification to contract number W15P7T-12-D-C008. Supplies will be procured on a firm fixed price (FFP) basis. Supplies to be provided and potentially serviced include the following parts needed to support the DE-TGS system configurations: 1. NSN TBD; PN A3330360-001; Cage Code 1VPW8; PROCESSOR INTERFACE, DATA LINK (OMNIBUS 1553 SERIAL, RUGGEDIZED) 2. NSN TBD; PN DCS1130; Cage Code 04RE5; SERVER, AUTOMATIC (DELL DARTFROG) 3. NSN TBD; PN INX-16016S-902; Cage Code 3DLH6; SERVER, AUTOMATIC (NIA SERVER) 4. NSN TBD; PN PDV-1432A; Cage Code 1VAN8; COMPUTER SYSTEM, DIG (RAID; PADOVA TECHNOLOGIES INC.) 5. NSN TBD; PN A3330596-001; Cage Code 1VPW8; AMPLIFIER, RADIO FREQUENCY (MDAS LNA ASSEMBLY (LOW NOISE AMP)) 6. NSN TBD; PN A3330349-002; Cage Code 1VPW8; POWER SUPPLY, UNINTERUPT (LIEBERT UPS RUGGEDIZED) 7. NSN TBD; PN A3330349-001; Cage Code 1VPW8; POWER SUPPLY, UNINERUPT (LIEBERT UPS RUGGEDIZED) 8. NSN 5895016046585; PN 22020; Cage Code 3YTG7; LOUDSPEAKER ASSEMBLY (MI SPEAKER) 9. NSN 5895015988096; PN 5402800-003; Cage Code 2J622; INTERFACE UNIT,COMMUNICATION EQUIPMENT (DESKTOP ECAU INIT) 10. NSN 7050016046416; PN A3329852-001; Cage Code 1VPW8; CONVERTER, DIGITAL TO DIGITAL (CONVERTER ASSEMBLY,REMOTE FIBER OPTIC) 11. NSN 7035015988099; PN A3329889-001; Cage Code 1VPW8; SERVER, AUTOMATIC DATA PROCESSING (SERVER,SUN NETRA T5220,RUGGEDIZED) 12. NSN 7035015988094; PN A3329889-002; Cage Code 1VPW8; SERVER AUTOMATIC DATA PROCESSING (SERVER,SUN NETRA T5220,RUGGEDIZED) 13. NSN 5955015988113; PN A3329891-001; Cage Code 1VPW8; CRYSTAL UNIT, QUARTZ (COMPUTER,CRYSTAL RUGGEDIZED GBS) 14. NSN 5895015988165; PN A3329894-001; Cage Code 1VPW8; SWITCH, ELECTRONIC (VIDEO SWITCHER, RUGGEDIZED, MOTION IMAGERY) 15. NSN 6150016058112; PN A3330106-001; Cage Code 1VPW8; CABLE ASSEMBLY, POWER, ELECTRICAL (CABLE ASSEMBLY, MAIN POWER,AC,3 PHASE) 16. NSN 6150016058127; PN A3330108-001; Cage Code 1VPW8; CABLE ASSEMBLY,POWER, ELECTRICAL (CABLE ASSEMBLY,SHORE POWER,AC,3 PHASE) 17. NSN 7730015996327; PN A3330109-001; Cage Code 1VPW8; RECEIVER, SIGNAL (RECEIVER, SATELLITE, SFX SERIES, RUGGEDIZED, GBS) 18. NSN 5975015990414; PN A3330111-001; Cage Code 1VPW8; TRAY, MPONTING, ELECTRONIC EQUIPMENT (COMSEC TRAY, RUGGEDIZED, GBS) 19. NSN 7050016044464; PN A3330124-001; Cage Code 1VPW8; ITERFACE UNIT, AUTOMATIC DATA PROCESSING (SWITCH, 9 PORT RUGGEDIZED, GBS) 20. NSN 5996015991972; PN FAM-255A; Cage Code 55908; AMPLIFIER, RADIO FREQUENCY (UHF SATCOM BANDPASS/LNA) 21. NSN 6030015990711; PN GEP-5300TF-C; Cage Code 1HMC2; CONVERTER, FIBER OPTIC, SIGLE-MODE/MULTIMODE (CONVERTER, GIGABIT, SINGLE MODE,DUAL SC) 22. NSN 5836016044074; PN A3330311-001; Cage Code 1VPW8; (AIR CONTROLLER, VIDEO DISTRIBUTION (MI Encoder) 23. NSN 7010016046424; PN PDV-1432; Cage Code 1VAN8; COMPUTER SYSTEM, DIGITAL(MI RAID) 24. NSN 5895015988174; PN WS-C4948-10GE-E; Cage Code 0GX96; SWITCH, ELECTRONIC (SWITCH, ETHERNET, 48 PORT) 25. NSN 5985016057414; PN A3329828-001; Cage Code 1VPW8; ANTENNA ASSEMBLY (ANTENNA ASSEMBLY, C/L AND UHF) 26. NSN 6150016058340; PN A3329943-001; Cage Code 1VPW8; CABLE ASSEMBLY, POWER, ELECTRICAL, BRANCHED (CABLE ASSEMBLY, PRIME POWER (3-PHASE)) 27. NSN 4120016041441; PN 56138; Cage Code 54080; AIR CONDITIONER (ECU) 28. NSN 5895016057502; PN A3330359-001; Cage Code 1VPW8; TUNING UNIT, RADIO FREQUENCY (TUNING UNIT, RADIO) 29. NSN 7035016044501; PN CMS-00071; Cage Code 1LTM5; SERVER, AUTOMATIC DATA PROCESSING (SERVER, AUTOMATIC DA) 30. NSN 6115015933959; PN A3330040-001; Cage code 1VPW8; GENERATOR SET,DIESEL ENGINE,TRAILER MOUNT (TRAILER ASSEMBLY, BASIC, MISSION GENERATOR) The source must also be capable of providing services that may be associated with the supplies, such as inspection and test; repairing unserviceable parts, including satisfying Government-directed expedited repairs (15-day repair turnaround time requirement); providing in-house technical support and field support related to the DE-CGS systems and its parts; performing obsolescence investigations; performing tasks associated with Modification Work Orders (MWO). Services will be procured on a time and materials (T&M), Cost Plus Fixed Fee (CPFF), or FFP basis. The source will be required to decide whether to make or buy the parts; mark parts with part number, National Stock Number (NSN), and Unique Item Identification (UID), including IUID program compliance; verify item performance; maintain a quality program; address nonconforming materials; provide technical and logistics data associated with the parts; provide engineering data for provisioning and updates to the Provisioning Parts List (PPL), if required; provide updates to technical manuals and training materials related to the parts, if needed; provide contract status reports; comply with contract manpower reporting requirements; and provide preservation, packaging, package marking, and shipping of parts, to include implementing Radio Frequency Identification (RFID). Interested potential sources must prepare a document, no greater than 10 pages in length, specifying their ability to provide the DE-CGS supplies and services required by the Government, and include the following information, at a minimum (Microsoft Word, text, Rich Text, or Adobe Acrobat file formats only): a. Knowledge of DE-TGS configurations, formally known as DE-CGS. b. Knowledge of the form, fit, and functional requirements of the parts with respect to the DE-CGS configurations. The prepared document must be submitted via email to Paul Shao at paul.shao.civ@mail.mil no later than 13 July 2012. Requests for additional information must also be submitted via email. paul.shao.civ@mail.mil CECOM POC
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1de452bcedd207bebbf9af5a503d32f3)
- Place of Performance
- Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02794181-W 20120705/120704000453-1de452bcedd207bebbf9af5a503d32f3 (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 |