SOURCES SOUGHT
58 -- Sentinel Slip Ring Assembly Antenna
- Notice Date
- 2/27/2018
- Notice Type
- Sources Sought
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-18-R-0080
- Archive Date
- 3/29/2018
- Point of Contact
- Michael G. Saramosing, Phone: 2563131195, Johnny L. Keith, Phone: 2568427688
- E-Mail Address
-
michael.g.saramosing.civ@mail.mil, johnny.l.keith.civ@mail.mil
(michael.g.saramosing.civ@mail.mil, johnny.l.keith.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The CMDS Project Office is conducting market research to determine if there are potential sources with the capability to provide Slip Ring Assembly Antennas. Slip Ring Assembly Antenna The function of Slip Ring Assembly Antenna is to rotate the Sentinel radars. The Slip Ring Assembly Antenna is in the pedestal assembly and provides the power, data and signal interface between the stationary base of the Air-to-Ground (ATG) to the rotating antenna Brunswick Unit (BSU), Identification Friend or Foe (IFF) units on top of the pedestal. The Slip Ring Assembly Antenna Part Number is 364478-021. Drawings are unavailable as they have been marked proprietary by the current manufacturer. In accordance with Federal Acquisition Regulation (FAR) 15.201 (e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government will not pay for information received. The Government Point of Contact is Mr. Michael Saramosing, michael.g.saramosing.civ@mail.mil, CCAM-SM-A, Redstone Arsenal, AL 35898-5000. Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes: (a) The Government will not pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the FAR. (b) Although "proposal" and "offeror" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. (c) This RFI is for planning and market research purposes only and should not be considered as a request for proposals or as a solicitation to do business with the Government. The contractor will provide Slip Ring Assembly Antennas. The contractor will furnish all services, materials, facilities and equipment and provide all technical, planning, and managing efforts needed to produce the items. SENTINEL OVERVIEW The Sentinel F1 Radar is an advanced three-dimensional battlefield X-band, air defense, phased array radar, manned by a crew of two and equipped to support beyond visual range engagements. The Sentinel F1 Radar provides air defense and surveillance of forward areas. It provides 360-degree air surveillance and acquisition tracking day or night, in adverse weather conditions, and in battlefield environments of dust, smoke, aerosols, and enemy countermeasures. The Sentinel F1 Radar supports the digital battlefield by automatically detecting, classifying, identifying, and reporting Cruise Missile (CM), Unmanned Aerial System (UAS), Rotary Wing (RW), and Fixed Wing (FW) threats. RESPONSE INSTRUCTIONS Part A. Business Information: Please provide the following information for your company/institution and for any teaming or joint venture partners: 1. Company/Institute name 2. Address 3. Point of Contact 4. Cage Code 5. DUNS Number 6. Phone Number 7. E-mail Address 8. Web page URL 9. Size of business pursuant to North American Industry Classification System (NAICS) Code 335312. Based on the above NAICS Code, state whether your company qualifies as a: a. Small Business (Yes/No) b. Woman Owned Small Business (Yes/No) c. Small Disadvantaged Business (Yes/No) d. 8(a) Certified (Yes/No) e. HUB Zone Certified (Yes/No) f. Veteran Owned Small Business (Yes/No) g. Service Disabled Small Business (Yes/No) h. Central Contractor Registration (Yes/No) i. Statement describing company as domestically or foreign owned (if foreign owned, please indicate country of ownership). Part B. Capability: 1. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience (no more than five examples) on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). 3. If you were to rely on subcontractors for this effort, what subcontractors would you use to do what percentage of which portions? What are their experiences and do you already have a relationship with the subcontractor(s)? 4. Describe your company's approach and capabilities in obtaining and retaining qualified and experienced personnel. How soon could your company secure qualified personnel? Part C. Financial Capability: 1. Describe your financial capabilities to successfully perform this contract. 2. Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. SUBMISSION INSTRUCTIONS: Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. Marketing material is considered an insufficient response to this RFI. Please limit responses to electronic delivery to the following e-mail address: michael.g.saramosing.civ@mail.mil. Response must include: Company name, Commercial and Government Entity (CAGE) code, classified mailing address, and appropriate point of contact information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/71b67fa3779999a2fdf0891a6dbbd85a)
- Place of Performance
- Address: Army Contracting Command - Redstone, CCAM-SM-A, 5250 Martin Road, Redstone Arsenal 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN04836703-W 20180301/180227231722-71b67fa3779999a2fdf0891a6dbbd85a (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 |