SOURCES SOUGHT
99 -- Market Survey for 2GF Horizontal Technology Insertion Motor Control and Imager and Graphics Circuit Card Assembly
- Notice Date
- 2/24/2022 4:41:06 PM
- Notice Type
- Sources Sought
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W56JSR22R9999
- Response Due
- 3/10/2022 1:00:00 PM
- Point of Contact
- Richard Rossman, Bradley Holtzapple
- E-Mail Address
-
Richard.p.rossmanciv@army.mil, Bradley.Holtzapple@dla.mil
(Richard.p.rossmanciv@army.mil, Bradley.Holtzapple@dla.mil)
- Description
- The Army Contracting Command,,Aberdeen Proving Ground� (ACC-APG), on behalf of the Army Integrated Logistics Supply Center (ILSC), intends to acquire parts to support the Second Generation Forward Looking Infrared (2GF) B-Kit. Requirements Description: The 2GF Horizontal Technology Insertion (HTI) program provides night-vision/electro-optical line replaceable units (LRUs) for infrared sight systems in various platforms.� This sources sought is for the Motor Control (MC) Circuit Card Assembly (CCA) and the Imager and Graphics (I&G) CCA only. �The MC CCA provides capabilities necessary to control certain scanning and focusing functions for other 2GF B-Kit LRUs.� The I&G CCA takes the incoming digital video signals from other 2GF B-Kit LRUs and converts them to analog video signals to be provided to the respective A-kit. The Government does possess the technical data package (TDP) for both the MC and I&G CCA�s. The TDP is available for conditional release after signing an NDA. �The TDP includes level 3 (Production) information. Previous versions of the 2GF HTI MC and I&G CCAs were separately procured under contract W909MY-16-D-0006 in 2016.� Current versions of the MC and I&G CCAs are covred under contract W909MY-18-D-0032.� The NSN, part number and CAGE for the MC is 5998-01-670-6966, A3354968, and 80063 respectively. The NSN, part number and CAGE for the I&G is 5998-01-670-6956, A3354969 and 80063 respectively.� ��� The following additional NAICS apply: NA Requested Response Information: We request sources that can supply the listed items to submit information to show their capability to supply the same qualified parts.� At a minimum the support information you submit should include, but is not limited to, the following types of documentation: Questionnaire and demonstrated capabability of supplying the government with NSN 5998-01-670-6966 and NSN 5998-01-670-6956. �Documentation must show the capability to supply a qualified items, non-reoccurring engineering funding is not avaible for this effort.� In your response, please include your company name, CAGE code, and a technical point of contract with email address and telephone number. Notice, Response Due Date, and Points of Contact: This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this SSA or reimburse any costs associated with the preparation of responses to this SSA. This Sources sought announcement (SSA) 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/or to assist in making acquisition strategy decisions in the future. All SSA responses should be emailed to the Technical and Competition Advocate Points of Contact at the email addresses listed below. No phone inquiries will be accepted, either as a response to this action or for information requests.� All requests for information must be submitted via email to the Technical Point of Contact and the Competition Advocate
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e401eef031c14fd7b461ec44c450a1ff/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06250789-F 20220226/220224230102 (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 |