SOURCES SOUGHT
59 -- Test Evaluation & Repair and/or Manufacture of Microwave Circuit Card Assembly Test Target Distribution
- Notice Date
- 10/26/2015
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG - Aberdeen Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGY16RFIMICRO
- Archive Date
- 11/21/2015
- Point of Contact
- Jennifer Montilla, , Nicole Cantave,
- E-Mail Address
-
jennifer.e.montilla.civ@mail.mil, Nicole.Cantave.civ@mail.mil
(jennifer.e.montilla.civ@mail.mil, Nicole.Cantave.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT ANNOUNCEMENT (SSA) ONLY. Request for Information (RFI)/Sources Sought Announcement (SSA) for Test Evaluation & Repair and/or Manufacture of Microwave Circuit Card Assembly Test Target Distribution NSN: 5840-01-072-0422. 1. Synopsis. This Request for Information (RFI) Sources Sought Announcement (SSA) is issued to survey the market to obtain information from interested sources qualified to perform Test & Evaluation (T&E) and Repair and/or manufacture the Microwave Circuit Card Assembly Test Target Distribution NSN: 5840-01-072-0422, P/O: Firefinder Radar Systems. 2. Information provided in response to this RFI/SSA may be used in developing the USG Acquisition Strategy and Performance Work Statement for a potential upcoming T&E and Repair requirements, which is currently estimated at a total of twenty-seven (27) units and this estimate may change up or downward. The USG cannot guarantee award of a contract on the basis of this RFI/SSA OR to otherwise pay for information submitted in response to this RFI/SSA. Interested sources/parties responding to this RFI/SSA are responsible to adequately identify/label "Proprietary" or "Competitive Procurement Sensitive Information" included within their responses. 3. All interested parties, capable to satisfy the requirement are encouraged to respond with interest to this RFI/SSA to demonstrate capability for T&E and Repair and/or manufacture the item in their responses to this announcement. In addition, the following shall be included: a. Company name, Cage Code, Point of Contact(s) full name(s) (first, Initial, Last) with E-mail address, office and mobile Phone #s. b. Indicate Type of Business i.e. U.S large or small business and identification as whether Original Equipment Manufacturer or sub-contractor or third party distributor. c. Provide relevant information to demonstrate experience with the item or similar item. d. Rough Order of Magnitude estimate (NOT a Proposal as this announcement is NOT a Request for Proposal or invitation for bid) based on aforementioned quantities for T&E and Repair as well as manufacture the item. If contractor price break point for potential cost savings is feasible, please indicate so and specify same. e. Projected Test and Repair production delivery schedule as well as for repair. f. Identify location/place of performance. g. Identify best milestone schedule for test and repair and manufacture. h. For OEM, confirm last T&E and Repair or manufacturing date for this item or similar item. i. Identify any anticipated risk associated with T&E and/or manufacture and mitigation plan for same, and ensure items delivered (repair and/or manufacture) will satisfactorily perform in accordance with form fit and function when used for intended purposes. j. Moreover, interested sources/parties shall indicate willingness to provide a commercial standard no cost manufacturer's warranty, meaning at no additional cost beyond cost to test and repair or manufacture. And if so, indicate duration of minimum warranty period. 4. All inquiries pertaining to this RFI/SSA shall be in writing via emails noted below. Forward UNCLASSIFED responses/information referencing RFI/SSA posting number, preferably in soft-copy form only in either Microsoft® Word® and/or Microsoft PowerPoint® as "Read Only" file attachments, via a single E-mail to all three parties: Nicole.Cantave.civ@mail.mil; Paul.Ladstatter.civ@mail.mil; with copy furnished to Jennifer.e.montilla.civ@mail.mil. Responses shall not exceed 10 pages in length to include cover page and table of contents if applicable. Note double sided printed pages will be counted as two pages, format to be 8.5 x 11 inch paper, Arial or Times New Roman font no smaller than 11 point with one inch margins. Each page shall contain the document identifier in relation to RFI/SSA number. Respondents shall ensure all "Proprietary" information is labeled accordingly in header. Supplementary product brochures with product specifications are authorized as attachments and are not included in the page limitation requirement; they shall be labeled as attachments and listed on the cover page as such. The deadline for response is No Later Than (NLT) Close of Business, Eastern Standard Time, 06 November 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/00ebe1ec993940c6afd77bbfa8caea1a)
- Record
- SN03930274-W 20151028/151026234136-00ebe1ec993940c6afd77bbfa8caea1a (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 |