Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2020 SAM #6708
SOURCES SOUGHT

66 -- 59--Sources Sought Announcement (SSA) for Motional Pickup Transducer

Notice Date
4/9/2020 1:19:23 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
DLA LAND AT ABERDEEN ABER PROV GRD MD 21005 USA
 
ZIP Code
21005
 
Solicitation Number
DLA-Aberdeen-20-026
 
Response Due
5/29/2020 1:30:00 PM
 
Archive Date
06/13/2020
 
Point of Contact
Erick J. Sjoblom, Bradley Holtzapple
 
E-Mail Address
erick.l.sjoblom.civ@mail.mil, Bradley.Holtzapple@dla.mil
(erick.l.sjoblom.civ@mail.mil, Bradley.Holtzapple@dla.mil)
 
Description
Sources of manufacture for Motional Pickup Transducer, NSN 6695-01-316-2740.� This is a Market Survey to locate sources of manufacture for the Motional Pickup Transducer.� Rosemount Aerospace Inc. (CAGE 59885) was the latest source for the Motional Pickup Transducer, NSN 6695-01-316-2740, p/n: 1221H5.� The Transducer is part of the Army fleet of Black Hawk UH-60A/L Helicopters.� Detailed technical specification for the repair of this item is NOT available from the Army.� The Army does not own the technical Data for this item. Any sources capable of manufacturing these items must demonstrate that they had experience of manufacturing these items. The response must demonstrate intimate knowledge of the system(s) including areas such as system design, interface requirements, test and fault isolation, product acceptance processes, projected parts/materials usage and the necessary special test equipment.� The response must also demonstrate that the products will be able to obtain airworthiness certification.� Successful supplier is required to warrant that the item will satisfactorily perform when used for the purpose intended by the Army.� Suppliers capable of manufacturing this Motional Pickup Transducer must so indicate, by writing to Commander, USA CE-LCMC, ATTN: FCDD-ISP-AB, 6560 Surveillance Loop, Building 6007 3rd floor, Aberdeen Proving Ground, Maryland 21005-1846. Suppliers may also send responses to Erick Sjoblom at erick.l.sjoblom.civ@mail.mil. The response must include documentation such as test results, copy of purchase order if the supplier was a vendor to the listed source above or a statement from listed source above demonstrating that the supplier can, in fact, supply the Army with units that will be physically and functionally interchangeable with the units from the above supplier. Successful supplier shall be required to warrant that the items supplied will satisfactorily perform when used for the purpose intended by the Army. This Market Survey does not obligate the Government to award a contract nor does it guarantee any future contract. No telephone responses will be accepted, only responses in writing by email will be considered. For more information contact Erick Sjoblom at erick.l.sjoblom.civ@mail.mil. This synopsis is for informational purposes only and not an offer for proposal. The deadline for response to this notice is 29 May 2020. Please complete the following questions when respond. If a question does not apply, please enter N/A or non-applicable. 1)����������� Provide a brief summary of the company and its core competencies. 2)����������� Please provide the following Point of Contact information on all responses: a.����������� Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: 3)����������� Describe your Company's past performance in the manufacture or repair of Motional Pickup Transducer, NSN 6695-01-316-2740 or similar items in the past. Provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort. 4)����������� Describe the qualifications of your engineering staff, who have experience in the design, production and repair of application similar in complexity and technology as the item. 5)����������� Describe your company's experience in identifying the test equipment for components similar in complexity and technology to what is used in the description. 6)����������� Describe your company's experience in managing obsolescence issues. 7)����������� Does your company maintain a Program and Assessment Tool to monitor and analyze the availability of components to allow clear and precise tracking of all obsolescence issues?� If so, please elaborate on the Program and Assessment tool(s). 8)����������� Describe your company's experience in identifying the alternatives for the unavailability of obsolete materials or components to mitigate obsolescence issues. 9)����������� Discuss your company's capability in meeting US Government contracting delivery requirements. This Request for Information (RFI) is for planning and market research purposes only, and shall not be construed as a commitment by the Government. The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business.� Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and to assist in making future acquisition strategy decisions. This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this RFI or reimburse any costs associated with the preparation of responses to this RFI. erick.l.sjoblom.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/07e03172b16d48ef8192bed521cb3362/view)
 
Record
SN05617006-F 20200411/200409230154 (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.