Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2020 SAM #6649
SOURCES SOUGHT

58 -- Sources Sought GPS I/O BLOCK 3402

Notice Date
2/10/2020 1:44:40 PM
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
DLA LAND AT ABERDEEN ABER PROV GRD MD 21005 USA
 
ZIP Code
21005
 
Solicitation Number
SSA2020FEB3402GPSBLOCK
 
Response Due
2/24/2020 12:00:00 PM
 
Archive Date
03/10/2020
 
Point of Contact
Nicholas Burley, Tyler Gibson
 
E-Mail Address
nicholas.a.burley2.civ@mail.mil, tyler.j.gibson33.civ@mail.mil
(nicholas.a.burley2.civ@mail.mil, tyler.j.gibson33.civ@mail.mil)
 
Description
This request for Sources Sought Announcement (SSA) is released for purposes of conducting market research to identify additional sources for the production of the Line Repairable Unit (LRU) NSN: 5825-01-662-3402 listed below used in the WIN-T INC 2 system. Nomenclature� GPS I/O Block CAGE� 67032 MFG PN� 03-2815790-020 This LRU a commercially available server utilized in the TCN 82A (AN/MSC-82A), TCN-L (AN/MSC-85(V)1), TSC (MK-3489-U), NG PoP (AN/MRC-150A), and NG SNE (AN/MRC-149A). It is the only known technically acceptable part for its application replacing the obsolete GPS I/O BLOCK (PN: 03-2815790-010). Only a form, fit, and function identical part will suffice. This SSA shall NOT be construed as an Invitation for Bid or Request for Proposal (RFP) or as an obligation on the part of the U.S Government (USG) to acquire any products or services. It is for planning purposes only. Responses to this SSA will be treated as information only and may be used by the U.S Army in developing its acquisition strategy, Performance Work Statement, etc. if a firm requirement is identified. No entitlement to payment of direct or indirect costs or charges to the USG shall arise as a result of a Contractor or Source submission of information with responses to this SSA or the USG use of such information. NO funds have been authorized, appropriated, or received for award of a contract at this time. The USG CANNOT guarantee specific requirement for production of LRUs. However, minimum projection is currently estimated at a total quantity of 40 units for production. It is highly encouraged that interested sources fully capable of satisfying potential supply for these items identify and submit their best economic range quantity to achieve manufacture cost savings as part of responses to this announcement for consideration. Detailed data for repair and/or manufacturing, inspections and test procedures and other documentation pertaining to the existing design WILL NOT be supplied by the Army as they are not available. �Response Requirements: Responses must include the following at a minimum: Interested sources capable of successfully producing the LRUs for this item must so indicate, by responding to this notice in writing via email ONLY to POC Email address noted below. � Provide a brief summary of the company and its core competencies. � Please provide the following Point of Contact information on all responses: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: 4.� Affirmatively address ability to produce the LRUs executable for this item with evidentiary data. 5.� Identify best economic range quantities for cost savings for production of new units. 6.� Past Performance on production of LRUs, GEN IV M20 ANTENNA (SAND), provided for this item specifying Part Number(s), National Stock Numbers (NSNs) and last repair and/or manufacture date(s). Provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort. 7.� Specify Production Lead Time (PLT) for manufacturing of new units from DAC award. 8.� Indicate specific quality standard, e.g. ISO (International Organization for Standardization) Certification or National, source uses for production operations. 9.� Address any foreseen risk with producing these items and associated mitigation plan. 10.� Identify any need for Government Furnished Equipment and provide justification for such need. 11.� Identification of current status as a Large Business or Small Business Concern. Small Business Concerns must specify their Representation and/or Socio-Economic Category such as: Small Business (SB), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB) and Economically Disadvantaged Women-Owned Small Business (EDWOSB), 8(a) Business Development Program or Historically Underutilized Business Zone (HUBZone) Program. 12.� Specify U.S. Government security level currently held at location efforts would be executed. 13.� Indicate if any portion of this effort will be performed outside of the U.S and if so name of company and specific location. 14.� Interested sources/companies are encouraged to respond to this SSA by providing the Information requested herein, on or before Close of Business Enter Day and Time. All response submissions MUST be concurrently submitted in writing, via both Email addresses indicated below, and shall include a cover page identifying: Company name, Address, Point of Contacts Names, Email addresses, Office and Mobile numbers. Interested Sources/Parties responding to this SSA shall be responsible to adequately label �PROPRIETARY� or �CONFIDENTIAL or �BUSINESS SENSITIVE� marking as appropriate in their responses. All requests for additional information shall be made in writing via Email ONLY.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9ba30126f827462eb929b838bfa4f812/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05556213-F 20200212/200210230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.