Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2020 SAM #6846
SOURCES SOUGHT

J -- Post Production Sustainment Services (PPSS) under the Foreign Military Sales (FMS) program to support the fielded AH-64 Apache Attack Helicopter Fire Control Radar (FCR) systems

Notice Date
8/25/2020 10:24:32 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ20F0579
 
Response Due
9/10/2020 2:00:00 PM
 
Archive Date
09/25/2020
 
Point of Contact
James J. Minnon, Lisa Dawn Duncan
 
E-Mail Address
james.j.minnon.civ@mail.mil, lisa.d.duncan.civ@mail.mil
(james.j.minnon.civ@mail.mil, lisa.d.duncan.civ@mail.mil)
 
Description
This is a Sources Sought Notice. This is NOT a Request for Quote (RFQ) or an Invitation for Bid (IFB). The United States Government (USG), Army Contracting Command - Redstone Arsenal (ACC-RSA) is seeking alternative sources capable of providing Post Production Sustainment Services (PPSS) under the Foreign Military Sales (FMS) program to support the fielded AH-64 Apache Attack Helicopter Fire Control Radar (FCR) systems. � This support consists of an FMS requirement for Fire Control Radar (FCR) installed on a fleet of (18) AH-64 Apache Attack Helicopters. The PPSS is comprise of Contract Logistics Support (CLS), Depot Repair Service, Configuration Management, Program Management, and Obsolescence Management.� The base period of performance is two years from 1 October 2020 through 30 September 2022 and includes three task order ordering for 12 months each. The Contractor is required to provide materials, spares and consumables, labor, depot repairs, Continental United States (CONUS) facilities, support equipment, technical support, and resources to support the Sustainment Program for the AH-64 Apache Attack Helicopter FCR systems. This sources sought is issued solely for information and planning purposes.� Responders shall provide their performance history and back it with evidentiary data.� Interested vendors are encouraged to provide substantiated evidence of their capabilities and successes for the same or similar efforts cited above. Qualified contractors shall be able to provide design information, technology availability, product maturity, identification of risk, product descriptions, support requirements, reliability data including Mean Time Between Failure (MTBF) data addressing all or any part of the requirements or discussion points detailed above.� Additionally, sources shall have a strong background, history and/or past performance in streamlining and facilitating rapid acquisition, addressing obsolescence, enhancing USG-contractor interactions, and containing cost with comprehensive cost controls.� The vendor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish production, test, packing, preservation, packaging, and return to the USG in a completely serviceable/like new condition.� The submission of this information is solely for informational, market research, and planning purposes and is not a request for competitive proposals, quotations or an invitation to reimburse contractors for either effort or associated costs to respond or for any information provided.� This notice does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This notice does not commit the Government to contract for any supply or service whatsoever.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.� All costs associated with responding to this notice will be solely at the responding party's expense.� Not responding to this notice does not preclude participation in any future RFP, if any is issued.� Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contact. It is the responsibility of the interested parties to monitor the Contract Opportunities site (https://beta.sam.gov) for additional information pertaining to this notice. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.� Interested parties who consider themselves qualified to perform the above listed service are invited to submit a response within fifteen (15) days after release of this sources sought request. Follow-up discussions may be conducted with respondents.� It is desirable that data be received with unlimited rights to the Government.� Nevertheless, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. All submissions should include the following information: (1) Organizational name, address, email address, website address, telephone number, and size and type of ownership for the organization; (2) Company point of contact (3)�Tailored capability statement addressing the particulars of this effort. The USG does not intend to award a contract on the basis of this Sources Sought Notice. Note: All contractors interested in doing business with the U.S. Government must be registered in the System for Award Management (SAM) system and be able to certify to compliance with FAR Case 2019-009; Prohibition on Contracting with Entities Using Certain Telecommunications and Video Surveillance Services or Equipment amending the Federal Acquisition Regulation (FAR) to implement section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2019 (Pub. L. 115-232), Effective August 13, 2020, FAR Clause 52.204-25 entitled ""Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment' dated August 2020.� Registration can be completed at https://www.sam.gov. No reimbursement will be made for any cost associated with providing information in response to this announcement or any follow-up information requests.� Please submit Capability Statements and any questions concerning this announcement may be submitted via email to Mr. James Lavalley, email: james.a.lavalley.civ@mail.mil, and Mr. James Minnon, email: james.j.minnon.civ@mail.mil no later than 4 pm Central Standard Time (CST) 10�September 2020.� Any response to this notice should reference the following: Facial Radar System (FCR) System, Apache Aircraft along with the notice number for this announcement.� NO TELEPHONE INQUIRIES WILL BE ACCEPTED OR ACKNOWLEDGED, AND NO FEEDBACK OR EVALUATIONS WILL BE PROVIDED TO COMPANIES REGARDING THEIR SUBMISSIONS.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/73edbdd4378448a6af78c04ffdbd2b8a/view)
 
Place of Performance
Address: Orlando, FL 32819-8907, USA
Zip Code: 32819-8907
Country: USA
 
Record
SN05773371-F 20200827/200825230159 (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.