SOURCES SOUGHT
12 -- Collimator Infinity
- Notice Date
- 1/16/2024 9:33:31 AM
- Notice Type
- Sources Sought
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV-23-R-0159
- Response Due
- 2/2/2024 3:00:00 PM
- Archive Date
- 02/17/2024
- Point of Contact
- Karen L. Kennedy, Phone: (571)588-9153
- E-Mail Address
-
Karen.L.Kennedy26.civ@army.mil
(Karen.L.Kennedy26.civ@army.mil)
- Description
- NOTICE Type: Sources Sought / Market Research for Collimator Infinity This is a SOURCES SOUGHT / MARKET RESEARCH notice to request information for Government planning purposes only. �Responses will assist the Government in planning its acquisition strategy for a potential future acquisition. The Government is not committed to issue a solicitation or award a contract as a result of this notice.� Army Contracting Command � Detroit Arsenal (ACC-DTA) is seeking qualified and capable potential vendors.� Since this is a sources-sought notice and not a solicitation for receipt of proposals or quotations, the Government does not encourage questions concerning this market research. This request for information (RFI) is for the manufacturing of the following: Noun: Collimator Infinity NSN: 1240-01-475-0275 Manufacturer Part Number: 12437254-2; NAICS Code: 334513; Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables. � The Government is seeking to gain knowledge of interest, capabilities, and qualifications of various members of the community, to include both small and large businesses.� The Technical Data Package (TDP) is Distribution Level: D, Export Control No TDP will be provided as a result of this notice. A link to the TDP will be available in SAM.gov when a solicitation is released.� Joint Certification Program (EXPORT CONTROL): Offerors must be certified under the United States/Canada Joint Certification Program (JCP) (http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx) to be granted access to the TDP for the solicitation. In order to receive the TDP, offerors will also need to have access to the System for Award Management (SAM).� Offerors may register via the internet at https://sam.gov/content/home .� For help registering your entity and FAQs please visit the following link: https://sam.gov/content/help .� If your company is interested and can demonstrate the firm�s ability, capability, and responsibility to deliver the equipment summarized above, we encourage you to respond to this notice with a statement of your qualifications and capability.� In order to do so, you need to provide: - Name and address of the firm. - Unique Entity Identifier (UEI) and CAGE Code (valid System for Award Management (SAM.gov) is MANDATORY). - Your Firm�s Point of Contact (name, phone number, and email address). - Your company�s business size status (small or large) (including Service-Disabled veteran owned, if applicable).� If claiming small business status, the information must be verifiable in SAM.gov. - A summary of the item�s commercial availability.� (Complete attached market research/commercial item survey) - A summary of your company�s expertise in the manufacturing of the part. -A summary of your company�s delivery capability. -A summary of your company�s experience conducting First Article Testing and Qualification Testing. -A summary of the place of performance. Statements of your firm�s expertise should include reference to relevant contracts performed (including a description of the scope, quantity manufactured, contract number, and point of contact with phone number). All interested firms and manufacturers, regardless of size, may respond to this request for information. �Information submissions can include product literature and illustrations, relevant company background/experience.� Information submissions must be received on or before February 02, 2024 at 6:00 PM Eastern Standard Time.� Responses should be addressed to Karen L. Kennedy, at the following address: Karen.L.Kennedy26.civ@army.mil � Again, this information is being requested for Government planning purposes only and does not commit the Government to any contractual agreement. This is not a request for proposals. The Government will not award a contract based upon responses to this announcement. The Government shall not reimburse or pay any costs for preparing or submitting information in response to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2c7f431b3fdf49fa8665bf3fa092eac9/view)
- Place of Performance
- Address: USA
- Country: USA
- Record
- SN06936442-F 20240118/240116230046 (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 |