SOURCES SOUGHT
99 -- AN/ VRC-100 (HF TRANSCEIVER) ANTENNAS
- Notice Date
- 5/3/2021 5:59:03 AM
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-21-AN_VRC-100_ANTENNA
- Response Due
- 6/3/2021 1:00:00 PM
- Archive Date
- 06/18/2021
- 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
- INTRODUCTION Army Contracting Command- Aberdeen Proving Ground (ACC-APG), Division D, on behalf of Communication and Engineering Command Security Assistance Management Directorate (CECOM SAMD), is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest in, and industry technologies available, to support Foreign Military Sale (FMS) case KS-B-ZCF for the country of Korea, to procure AN/ VRC-100 (High Frequency (HF)�Transceiver) Antennas. � The result(s) of this market research will contribute to determining the method of procurement, if a procurement materializes. Based on the responses to this sources sought notice/ market research, any eventual procurement may be sole-source, set-aside for small businesses (in full or in part), or procured through full and open competition. 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 evaluations will be provided regarding submissions. 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. PROGRAM BACKGROUND Communication Electronics Command (CECOM) Security Assistance Management Directorate (SAMD) supports foreign allies who procure Army Standard Configuration aircrafts, avionics equipment, radars, radios, and ancillary support and equipment. Interested vendors�must be registered with Central Contractor Registration (CCR). � Non-Developmental Item. The items should be a non- developmental item to the maximum extent possible. Qualification. Contractor must be qualified and demonstrate compliance to ISO 9001-2008 certified. Proof of qualification should be addressed in the response. Maintenance, Inspection and Repair. The Government desires�hardware with minimal maintenance and inspection requirements at the organizational level.�Hardware should also be easily repairable for deployed units. ELIGIBILITY The applicable NAICS code for this requirement is 334220. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Andrew Mitchell, in either Microsoft Word or Portable Document Format (PDF), via email andrew.c.mitchell1.civ@mail.mil no later than 11:00 a.m. Eastern Time on 11th May 2021 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential/ capacity to meet requirements, please provide the following: 1) Organization name, address with Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number, primary points of contact (POCs) and their email address, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bcba88320ce3439eac3ee46bde5ed000/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05990205-F 20210505/210503230118 (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 |