Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2020 SAM #6721
SOURCES SOUGHT

58 -- Market Survey for Spare Parts to Sustain the AN/AAS-53A Common Sensor Payload

Notice Date
4/22/2020 10:13:08 AM
 
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-20-023
 
Response Due
4/17/2020 1:30:00 PM
 
Archive Date
05/02/2020
 
Point of Contact
Dalton Butterfield, Brad Holtzapple
 
E-Mail Address
dalton.j.butterfield.civ@mail.mil, Bradley.Holtzapple@dla.mil
(dalton.j.butterfield.civ@mail.mil, Bradley.Holtzapple@dla.mil)
 
Description
THIS SOURCES SOUGHT ANNOUNCEMENT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO ISSUE AN RFP OR AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The Communications Electronics Command (CECOM), /Integrated Logistics Support Center (ILSC) intends to acquire individual components and spare parts for the AN/AAS-53A, Common Sensor Payload (CSP) system, National Stock Number (NSN) 5855-01-641-5099. The original equipment manufacturer (OEM) is Raytheon Company (McKinney, TX), producer of the Multi � Spectral Targeting System product line of sensors. The current strategy is to initiate a five-year, Indefinite Delivery Indefinite Quantity (IDIQ) contract effort. The CSP is a turreted, multi-sensor, Electro-Optic Infrared Sensor with a Laser Designator designed to provide the user with day/night imaging capabilities for reconnaissance, intelligence, surveillance, target acquisition, and target designation. The CSP�s capabilities consist of, but are not limited to; operating day or night in all weather and at various altitudes, detecting and recognizing operationally meaningful targets at survivable standoff ranges, providing the location coordinates and auto tracking of designated targets, displaying continuous high resolution imagery, and deliver ordinance within acceptable targeting parameters from a manned or unmanned aerial platform. The government is currently not in possession of releasable drawings in support of this effort. Companies must demonstrate that they have the intimate knowledge of the systems and associated software and have past experience performing work on similar systems. Companies will be required to warrant that the systems will perform satisfactorily when used for their intended purposes. Companies must have the knowledge and necessary test equipment to pre and post test the systems. This synopsis is for informational purposes only and not an offer for proposal. The purpose of this market survey is to locate sources that have the capability to manufacture and/or supply components of the Common Sensor Payload. A list of CSP Reparable items and their assigned National Stock Number (NSN) are included in this survey. This market survey is published in accordance with Federal Acquisition (FAR) Part 10, (Market Research). Interested sources, which have technical knowledge of the AN/AAS-53A, Common Sensor Payload System, and are capable of furnishing these items, shall send a response describing in detail their ability meeting the government requirements. The response should include your company name, address, CAGE Code, and a Technical Point of Contact (TPOC). 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. Question Instructions: No classified questions should be submitted. If you have any doubt/discrepancy regarding the classification of data/information, please do not include it in your question. Responses to any/all questions shall be Unclassified. Any related questions must be sent to the Technical Point of Contact via email at dalton.j.butterfield.civ@mail.mil. No phone inquiries will be accepted for information or questions prior to the submission of your response. The deadline for any questions regarding this notice is COB 4/17/2020. All questions received by the specified deadline and their answers will be posted on Federal Business Opportunities (FedBizOpps). Respondents should be advised to not include any proprietary information since all questions and the Government�s responses will be posted for all interested parties to review. Answers to questions may not be posted prior to the deadline for submissions. Response Instructions: No classified information should be included in your response. If you have any doubt/discrepancy regarding the classification of data/information, please do not include it in your response. Proprietary information is acceptable but must be marked as proprietary. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). All interested potential sources must prepare a response (in Microsoft Word or Adobe Acrobat) no greater than ten (10) pages in length. Each page shall be single spaced with a minimum of 12-point Times New Roman font and no less than one inch margins/borders. Any table or graphic shall utilize a minimum of 10-point Times New Roman font and may be landscape. The Government will not reimburse responders to this notice for any costs incurred in responding, or in any subsequent exchange of information. Any proprietary and restricted information shall be clearly marked. The response must be sent to the Technical Point of Contact via email at dalton.j.butterfield.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e8329cad9dce418e862ec200dd7daef5/view)
 
Record
SN05632743-F 20200424/200422230139 (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.