SOLICITATION NOTICE
R -- Services for Joint Tactical Terminal- Senior (JTT-SR), AN/USC-62A(V)14
- Notice Date
- 10/25/2022 11:05:17 AM
- Notice Type
- Presolicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- PANAPG22P0001
- Response Due
- 11/11/2022 1:00:00 PM
- Point of Contact
- Raymond Lo, Phone: 4438613042, Monica D. Holmes
- E-Mail Address
-
raymond.c.lo.civ@mail.mil, monica.d.holmes2.civ@mail.mil
(raymond.c.lo.civ@mail.mil, monica.d.holmes2.civ@mail.mil)
- Description
- Estimated Year 1 Repairs NIIN: 015844467, Radio/Receiver Repair of five(5), NIIN: 014989544, Chassis Repair of ten (10), NIIN: 015844467, Radio/Receiver Repair of five (5), This purpose of this Pre-solicitation notice is to locate potential sources to provide sustainment services for the Joint Tactical Terminal-Senior (JTT-Sr), AN/USC-62A(V)14, all of the JTT-SR variances, and components. There is no solicitation at this time. This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. The Government assumes no financial responsibility for any costs incurred in responding or in any subsequent exchange of information. R i t D i ti ACC-APG Office W6QK ACC-APG Requirements Description: This is a market survey to locate potential sources to provide sustainmentservices for the JTT-Sr , AN/USC-62A(V)14, all of the JTT-SR variances, andcomponents. The JTT-Sr was developed by Raytheon Systems Company, thecurrent owner of the JTT-Sr hardware and components is BAE Systems, FortWayne, IN. BAE Systems possesses detailed and complete technical data for theJTT-Sr. The Government does not have nor own the JTT-Sr Technical DataPackage. The services covered under the projected contractual requirement includes:depot level sustainment (repair/maintenance) of JTT Sr and JTT Sr Upgrade, toinclude assemblies and subassemblies, along with associated storage andshipment activities; in addition to, technical support, and DiminishingManufacturing Sources and Material Shortages monitoring. The period ofperformance of the projected contractual requirement is 5 years. Test and Inspection and repair services are required for the following items: * NSN 5996-01-460-1484, Power Amplifier, PN 01-01673-001 * NSN 6110-01-504-6694, Power Conditioner, PN 1-01701-002 * NSN 5975-01-467-5849, Mounting Tray, PN 69-00760-002 * NSN 5998-01-498-9183, Receiver Assembly, PN 03-07318-003 * NSN 5998-01-498-9543, Black Power Supply Assembly, PN 03-07321-004 * NSN 5998-01-498-9538, Demodulators Assembly, PN 03-08126-001 * NSN 5998-01-512-6215, Dual Modulator, PN 03-08127-001 * NSN 5998-01-498-9545, Red Power Supply Assembly, PN 03-07343-003 * NSN 5998-01-504-2350, Black COMSEC Interface Module, PN 0N656601-3 * NSN 5998-01-498-9544, Chassis Assembly, PN 03-07509-002 * NSN 5997-01-578-0448, COMSEC Circuit Card, PN 0N717994 Contractors who believe they possess the requisite experience and expertise tomeet these requirements should respond by indicating their interest andprovide suff icient information or documentation to indicate hoe therequirements would be met. Response may include a capability statement,idfhidlddfiil evidence of having developed and support of similar systems. The source must also complete the following questions. If a question does notapply, please enter N/A or non-applicable. 1) Provide a brief summary of the company and its core competencies. 2) Please provide the following Point of Contact information on all responses: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: 3) Describe your Company�s past performance, experience and thequalifications of the engineering staff regarding JTT-Sr, AN/USC-62A(V)14. . 4) Describe your company�s experience in managing obsolescence issues. 5) Does your company maintain a Program and Assessment Tool to monitor andanalyze the availability of components to allow clear and precise tracking of allobsolescence issues? If so, please elaborate on the Program and Assessmenttool(s). 6) Describe your company�s experience in identifying the alternatives for theunavailability of obsolete materials or components to mitigate obsolescenceissues. 7) Discuss your company�s capability in meeting US Government contractingdelivery requirements. 8) Do you have product/s or keep products in stock? If you do, please providePart Number(s) and National Stock Numbers (NSNs). Notice, Response due Date, and Points of Contact: This is NOT a Request for Quote or Proposal. The Government does not intend toaward a contract on the basis of this Sources Sought Announcement (SSA) orreimburse any costs associated with the preparation of responses to this SSA.This SSA is for planning and market research purposes only, and shall not beconstrued as a commitment by the Government. The information gathered fromthis announcement will be used to determine if responsible sources exist, and toassist in determining if this eff ort can be competitive and/or set aside for SmallBusiness. Furthermore, the Government will use the information, in part, todetermine the best acquisition strategy for a potential services, test andinspection services, and repair services actions and/or to assist in makingacquisition strategy decisions in the future. All SSA responses should be emailed to the Technical Points of Contact at theemail addresses listed below. No phone inquiries will be accepted, either as aresponse to this action or for information requests. The response is not toexceed 10 pages in length. Acceptable file formats for the response includeMicrosoft Word, text, rich text, or Adobe Acrobat. All requests for informationmust be submitted via email to the Technical Point of Contact. Technical Points of Contact: PRIMARY POINT OF CONTACT: Raymond Lo Electronics Engineer raymond.c.lo.civ@army.milv technical data for the JTT-Sr. The Government does not have nor own the JTT-SrTechnical Data Package. The services covered under the projected contractual requirement includes:depot level sustainment (repair/maintenance) of JTT Sr and JTT Sr Upgrade, toinclude assemblies and subassemblies, along with associated storage andshipment activities; in addition to, technical support, and DiminishingManufacturing Sources and Material Shortages monitoring. The period ofperformance of the projected contractual requirement is 5 years. Test and Inspection and repair services are required for the following items: * NSN 5996-01-460-1484, Power Amplifier, PN 01-01673-001 * NSN 6110-01-504-6694, Power Conditioner, PN 1-01701-002 * NSN 5975-01-467-5849, Mounting Tray, PN 69-00760-002 * NSN 5998-01-498-9183, Receiver Assembly, PN 03-07318-003 * NSN 5998-01-498-9543, Black Power Supply Assembly, PN 03-07321-004 * NSN 5998-01-498-9538, Demodulators Assembly, PN 03-08126-001 * NSN 5998-01-512-6215, Dual Modulator, PN 03-08127-001 * NSN 5998-01-498-9545, Red Power Supply Assembly, PN 03-07343-003 * NSN 5998-01-504-2350, Black COMSEC Interface Module, PN 0N656601-3 * NSN 5998-01-498-9544, Chassis Assembly, PN 03-07509-002 * NSN 5997-01-578-0448, COMSEC Circuit Card, PN 0N717994 Contractors who believe they possess the requisite experience and expertise tomeet these requirements should respond by indicating their interest andprovide suff icient information or documentation to indicate hoe therequirements would be met. Response may include a capability statement,evidence of having developed and support of similar systems. The source must also complete the following questions. If a question does notapply, please enter N/A or non-applicable. 1) Provide a brief summary of the company and its core competencies. 2) Please provide the following Point of Contact information on all responses: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: 3) Describe your Company�s past performance, experience and the )ypypp,pqualifications of the engineering staff regarding JTT-Sr, AN/USC-62A(V)14. . 4) Describe your company�s experience in managing obsolescence issues. 5) Does your company maintain a Program and Assessment Tool to monitor andanalyze the availability of components to allow clear and precise tracking of allobsolescence issues? If so, please elaborate on the Program and Assessmenttool(s). 6) Describe your company�s experience in identifying the alternatives for theunavailability of obsolete materials or components to mitigate obsolescenceissues. 7) Discuss your company�s capability in meeting US Government contractingdelivery requirements. 8) Do you have product/s or keep products in stock? If you do, please providePart Number(s) and National Stock Numbers (NSNs). Notice, Response due Date, and Points of Contact: This is NOT a Request for Quote or Proposal. The Government does not intend toaward a contract on the basis of this Sources Sought Announcement (SSA) orreimburse any costs associated with the preparation of responses to this SSA.This SSA is for planning and market research purposes only, and shall not beconstrued as a commitment by the Government. The information gathered fromthis announcement will be used to determine if responsible sources exist, and toassist in determining if this eff ort can be competitive and/or set aside for SmallBusiness. Furthermore, the Government will use the information, in part, todetermine the best acquisition strategy for a potential services, test andinspection services, and repair services actions and/or to assist in makingacquisition strategy decisions in the future. All SSA responses should be emailed to the Technical Points of Contact at theemail addresses listed below. No phone inquiries will be accepted, either as aresponse to this action or for information requests. The response is not toexceed 10 pages in length. Acceptable file formats for the response includeMicrosoft Word, text, rich text, or Adobe Acrobat. All requests for informationmust be submitted via email to the Technical Point of Contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ddf6338dfd24445e8a41f7dda041b627/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06502029-F 20221027/221025230058 (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 |