Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOURCES SOUGHT

58 -- GPS DEVICES/ DEFENSE ADVANCED GPS RECEIVER (DAGR)

Notice Date
8/21/2020 10:47:03 AM
 
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-BAE-GPS-DAGR
 
Response Due
9/4/2020 12:00:00 PM
 
Archive Date
09/19/2020
 
Point of Contact
Andrew Craig Mitchell, Phone: N/A, Fax: N/A
 
E-Mail Address
Andrew.C.Mitchell1.civ@mail.mil
(Andrew.C.Mitchell1.civ@mail.mil)
 
Description
DESCRIPTION The U.S. Army Communications- Electronics Command (CECOM) Security Assistance Management Directorate (SAMD)�has a�requirement for BAE Systems, Inc. (herein after ""BAE"")�Global Positioning System (GPS)�devices and BAE Defense Advanced GPS Receiver (DAGR)�systems. Army Contracting Command- Aberdeen Proving Ground (ACC-APG) is issuing this Sources Sought synopsis to identify parties with an interest in (and the resources to) provide GPS devices previously produced by Collins Aerospace (herein after ""Collins"") and now produced by BAE. U.S. Government (herein after ""the Government"")�commerce and�regulatory authorities directed that Collins�divest their GPS product line(s); BAE subsequently purchased the divested GPS product line(s). ACC- APG�fulfills Foreign Military Sales (FMS) requirements for�the divested GPS product lines�via an (ongoing) Indefinite- Delivery Indefinite- Quantity (IDIQ) contract with Collins, which the Government also uses to�purchase various (non-GPS) Collins communication(s) equipment. The Government intends to award a new IDIQ to BAE, for the continued purchase of the divested GPS product line(s) only. Award is proposed on a�Firm Fixed Price (FFP) sole-source basis,�with the supposed understanding�that only BAE can provide required�GPS devices when total form, fit, and�function compatibility�with ex-Collins product line(s) is required. This Sources-Sought announcement seeks to provide alternative suppliers�an opportunity to prove they can supply GPS devices when total form, fit, and function compatibility with DAGR, microDAGR, Polaris Guide, microGuide, microGram, Minitature PLGR Engine (MPE), RSR, NavStrike, NavFire, and IGAS devices is required, inclusive of accessories such as cables, antennas, and batteries, AND required operator and unit level maintenance training services for the above product lines. BASED ON RESPONSES TO THIS SOURCES SOUGHT NOTICE/ MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will NOT be accepted or acknowledged, and no feedback or evaluation(s) will be provided. PLACE OF PERFORMANCE Hardware - BAE or interested vendors shall not deliver hardware. Inspection and Acceptance (I&A) will be at ""origin"" to cognizant DCMA office (vendor shall submit a request through the Government Shipping Instruction Request (SIR) site, and DCMA will coordinate delivery to a freight- forwarder). Training Services�- 60% European, 30% Middle Eastern, 20%�""other"" countries� DISCLAIMER THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)�, DOES NOT CONSTITUTE A SOLICITATION, AND SHALL NOT BE CONSTRUED AS A GOVERNMENT�COMMITMENT FOR THE�REQUIREMENTS DESCRIBED ABOVE. 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 IS STRICTLY VOLUNTARY, AND�RESPONSES WILL NOT BE RETURNED. 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 IS/ ARE 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 CECOM SAMD is designated the implementing agency�s executive for this FMS effort. In accordance with the assignment(s), CECOM SAMD provides the following: � If your company has the potential capacity to provide the hardware and�perform the training�services described above, please provide the following information: 1) Organization name, address(es), email address(es), Web site address(es), telephone number(,) and size and type of ownership for the organization; and 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. Interested parties�will submit a capabilities statement of no more than three (3) pages in length, in Times New Roman font of not less than 10 pitch. Additional material(s0 without limit may be provided in the form of specification sheets, items descriptions, and product presentations. The deadline for response(s) to this request is no later than�3 pm, EST�on 4 September 2020. All responses under this Sources Sought Notice must be e-mailed to ANDREW MITCHELL, Contract Specialist with ACC- APG, Division D- Branch E, via email address: Andrew.C.Mitchell1.civ@mail.mil. Documentation must address the following, at a minimum: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can your company,�or has your company managed a task of this nature? If so, provide details. 3.) What specific technical skills does your company possess which ensure the�capabilities to perform tasks? 4.) Please note that under a Small-Business Set-Aside the small business prime must perform at least 50% of the work themselves (in terms of the cost of performance: see Federal Acquisition Regulation (FAR) 52.219-14). Provide an explanation of your company�s ability to perform at least 50% of the tasks described. 5.) Provide a statement including current small/ large business status and company profile, to include number of employees, annual revenue history, office locations, CAGE code,�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. If the Government determines that this requirement will be an unrestricted competition, ACC- APG intends to evaluate Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement(s), shall be electronically submitted to Contract Specialist ANDREW MITCHELL via email address: Andrew.C.Mitchell1.civ@mail.mil, in either Microsoft Word or Portable Document Format (.pdf). All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. � No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5324e250d7474f16bdb7ed696aa1cfd6/view)
 
Place of Performance
Address: Nashua, NH 03060, USA
Zip Code: 03060
Country: USA
 
Record
SN05769735-F 20200823/200821230208 (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.