SOURCES SOUGHT
58 -- RADIO NAVIGATION EQUIPMENT AND GPS DEVICES
- Notice Date
- 7/15/2020 12:27:06 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-20-NAV-GPS-EQP
- Response Due
- 8/1/2020 12:00:00 PM
- Archive Date
- 08/16/2020
- Point of Contact
- Andrew Craig Mitchell
- E-Mail Address
-
Andrew.C.Mitchell1.civ@mail.mil
(Andrew.C.Mitchell1.civ@mail.mil)
- Description
- SOURCES SOUGHT/ REQUEST FOR INFORMATION (RFI) BAE (FORMERLY COLLINS) RADIO NAVIGATION EQUIPMENT AND�GLOBAL POSITIONING SYSTEM (GPS) DEVICES DESCRIPTION The U.S. Government is seeking interested sources�to support a potential Foreign Military Sales (FMS) requirement for radio navigation equipment and Global Positioning System (GPS) devices of the type(s) previously produced by Collins Aerospace (herein after ""Collins"")�which will be produced, or are currently produced, by BAE Systems, Inc. (herein after BAE). The U.S. Government required�that Collins divest their GPS product line(s); BAE acquired the Collins GPS product line(s). Therefore, the Communications Engineering Command (CECOM) and Army Contracting Command- Aberdeen Proving Ground (ACC-APG) are considering funding/�awarding a Firm Fixed Price (FFP)�Indefinite- Delivery Indefinite- Quantity (IDIQ) contract for BAE radio navigation equipment and�GPS devices. Award is proposed on a sole-source basis, such that interested vendor(s) shall provide BAE radio navigation equipment and GPS devices when total form/ fit/ function compatibility with the ex-Collins product line(s) is required. Potential awardee shall provide BAE radio navigation equipment and GPS devices, and/ or BAE radio navigation equipment and GPS devices operator and maintenance training via task order�(TO)�or delivery order (DO) for FMS cases, as they become known. This Sources-Sought/ RFI�seeks alternative providers able to supply BAE radio navigation equipment and GPS devices with form/ fit/ function compatibility with BAE (formerly Collins) Defense Advanced GPS Receiver (DAGR), MicroDAGR, Polaris, MicroGram, MicroGuide, Miniature Precision Lightweight GPS Receiver (PLGR) Engine (MPE), Remote Secure Receiver (RSR), NavStrike, NavFire, and Integrated GPS Anti-Jam System (IGAS), inclusive of accessories such as cables, antennas, and batteries, etc.. Also required are operator and unit level maintenance training services for these products. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. 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 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. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND Communications Engineering Command (CECOM) Security Assistance Management Directorate (SAMD) is the implementing agency�s executive for this Foreign Military Sales (FMS) effort. In accordance with these assignments, CECOM SAMD provides the following: � If your company has the potential capacity to perform these contract items services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization. 2) Capability statements addressing the particulars of this effort. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. ELIGIBILITY The applicable NAICS code for this requirement is 334511 ""Search, Detection, Navigation Instrument Manufacturing"" Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Submission(s) must address at a minimum the following items: 1) What type of work has your company performed in the past in support of the same or similar requirement? 2) Can or has your company managed a task of this nature? If so, please provide details. 3) What specific technical skills does your company possess which ensure capability to perform the tasks? 4) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 5) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 6) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. The contract type is anticipated to be Firm-Fixed Price. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. SUBMISSION DETAIL(S) Interested sources/ vendor companies should submit as concise a response as practical in a font not smaller than ten (10) point(s), wherein interested sources/ vendor companies shall convey capabilities and intentions, be it via brochure, data sheet(s), or descriptions of possibly qualifying service(s) and/ or item(s). There should be enough information to show that the interested source/ vendor company is capable of fulfilling all requirements detailed herein. Responses to this Sources Sought/ RFI announcement shall be submitted to Army Contracting Command- Aberdeen Proving Ground (ACC-APG) Contract Specialist Andrew C. Mitchell, in either Microsoft Word of Portable Document Format (.pdf), via electronic mail (email) address Andrew.C.Mitchell1.civ@mail.mil, not later than 3:00PM Eastern Standard (IST) on�01 August 2020; reference the Sources Sought/ RFI number and/ or title�in the subject line of the email and on all enclosed documents. Information and/ or material(s) submitted in response to this request SHALL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL(S). Telephone inquiries will NOT be accepted or acknowledged, and no feedback or evaluation(s) will be provided. No telephone or email solicitations with regard to the status of any [potential] resulting award(s) will be accepted prior to release.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/05cadb1c220a457f8cd5ea1dd9e39060/view)
- Place of Performance
- Address: Nashua, NH 03060, USA
- Zip Code: 03060
- Country: USA
- Zip Code: 03060
- Record
- SN05722644-F 20200717/200715230153 (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 |