SOURCES SOUGHT
58 -- STINGER MAN PORTABLE AIR DEFENSE SYSTEM (MANPADS) MARK XIIA INTERROGATOR SET FOR FOREIGN MILITARY SALES (FMS)
- Notice Date
- 1/8/2024 7:10:00 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-24-STINGER-MANPADS-XIAA-IFF
- Response Due
- 2/7/2024 12:30:00 PM
- Archive Date
- 02/22/2024
- Point of Contact
- Andrew Craig Mitchell, Phone: 1 (520) 671-3550
- E-Mail Address
-
Andrew.C.Mitchell1.civ@mail.mil
(Andrew.C.Mitchell1.civ@mail.mil)
- Description
- SOURCES SOUGHT TECHNICAL DESCRIPTION SUBJECT: STINGER Man Portable Air Defense System (MANPADS) Mark XiiA IFF Interrogator Set for Foreign Military Sales (FMS)� INTRODUCTION Army Contracting Command- Aberdeen Proving Ground (ACC-APG) is issuing this sources-sought/ RFI synopsis as a means of conducting market research to identify sources that have the industry technologies, and are interested, in supporting FMS cases on behalf of the�Communications-Electronics Command Security Assistance Management directorate (CECOM SAMD), CENTCOM, INDOPACOM, and SOUTHCOM (CIS) Division(s). The anticipated requirements are, as follows: ITEM Mark XIIA capable belt pack interrogator set STINGER MANPAD System operation. Proposed systems shall comply with the following specifications: �Modes 3/A, 4 & 5. � Modes 3/A shall contain active decode capability and shall be capable of storing up to 4 days of time changing Mode 3/A codes. � Mode 5 Formats: Level 1 Formats 0, and 3 are required. � Crypto appliqu� for Modes 4 & 5 (no code store). � System performance for the required ID modes shall be in compliance with AIMS 03-1000B Performance/Design and Qualification Requirements Technical Standard for the ATCRBS/IFF/Mark XIIA Electronic Identification System and Military Mode S DoD International AIMS Program Office Technical Standard and associated 03-1000B addendums 1 and 2. � Transmit Power: 30W+/-10W. � Range: 10 km range. � Pulse Repetition Frequency (PRF): 225 Hz. � Dimensions & Weight (max) � 8 inches high � 7 inches wide � 4 inches deep � 5.8 lbs � The interrogator shall utilize existing STINGER MANPAD IFF antennas. The contractor may submit information on systems that exceed the above requirement as long as a major redesign is not required.� Request responses include Rough Order of Magnitude (ROM) price and availability (P&A) information for a quantity of 100 IFF Interrogator sets is planned for acquisition.� Interested sources are requested to submit a brief summary of system technical information and capabilities to include in-house capability versus outside resources (i.e. subcontractors/teaming arrangements), to include information such as: Company size Number of employees � Number of employees with SECRET clearance available for 24 month project term � Past experience with the principle technologies listed above � Explain how your company performed this type of effort of similar type in size and complexity � Provide examples of recent contracts/task orders in the last 3 years � As a Prime-Contractor � As a Sub-Contractor � Portioning of work � Does your firm possess the ability to perform 50% of the work � Facility Security Classification currently held � Does your facility have the ability to store/transmit SECRET Information? If yes, provide a copy of your DSS Facility Site Clearance document(s). � Pertinent Points of Contact � Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? � Does your firm have experience sub-contracting with foreign companies?� If so, provide sub-contract information. � Has your firm partnered with the large aircraft survivability equipment original equipment manufacturers (OEMs)? COMPLIANCE Any Plate Carrier/ Tactical Plate Carrier solution must be 100% Berry Amendment compliant. The Berry Amendment, 10 United States Code (U.S.C.) 2533a, applies domestic source requirements (requires that certain items purchased by DOD to be 100% domestic in origin) to certain food, clothing, fabrics, specialty metals, and hand or measuring tools when purchased with DoD appropriated funds. The Berry Amendment is implemented via Defense Federal Acquisition Regulation Supplement (DFARS) Subpart 225.70 and in clauses prescribed therein. RESULT(S) The result of this market research will contribute to determining the method of procurement if a requirement materializes. Based on replies, requirement(s) may be set-aside for small businesses (in full or in part), or procured through full and open competition. Multiple awards may be made. Telephone inquiries will NOT be accepted or acknowledged, and ACC-APG may NOT provide feedback on any result(s). 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. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of ""unclassified"" and/ or �confidential�. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. � ELIGIBILITY The anticipated/ applicable North American Industry Classification System (NAICS) code for this requirement is 334511 �Flight and navigation sensors, transmitters, manufacturing"" with a Small Business Size Standard of five hundred (500) employees. The Product Service Code (PSC) is 5850 �Visible and Invisible Light Communication Equipment�. The Fedral Supply Code (FSC) is 1265 ""Fire Control Transmitting and Receiving Equipment"". Vendors are encouraged to suggest alternate NAICS codes or PSCs. SUBMISSION INSTRUCTIONS 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. The capabilities statement shall address the requirements of this notice, with appropriate documentation to support claims of organizational and/ or staff capabilities. IF SIGNIFICANT SUBCONTRACTING OF TEAMING ARRANGEMENTS ARE ANTICIPATED, ADDRESS THE ADMINISTRATIVE AND MANAGEMENT STRUCTURE(S) OF ANY SUCH ARRANGEMENT(S) . Submissions shall in in either Microsoft (MS) Word or Adobe Portable Document Format (.pdf) and provided within thirty (30) days of this sources-sought/ RFI request/ email. Documentation should be in bullet format. If your company/ organization can meet the requirements described above, please provide the following: �� company/ organization name �� address �� primary points of contact (POCs) and their email addresses, telephone numbers, and type of ownership in the company/ organization Submit your response, including any capabilities statement, to: �� Name������ Andrew Mitchell �� Title��������� Contracting Officer (KO) �� Email������� andrew.c.mitchell1.civ@army.mil� Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. No phone or email solicitations will be accepted. 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://sam.gov/opp/33f42ff030f74a3d9bc8d15e322dc332/view)
- Record
- SN06930144-F 20240110/240108230048 (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 |