SOURCES SOUGHT
R -- Sources Sought for AH-64 APACHE (MTADS/PNVS)
- Notice Date
- 1/31/2024 10:52:39 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-24-R-0040
- Response Due
- 2/15/2024 11:30:00 AM
- Archive Date
- 03/01/2024
- Point of Contact
- Carrie L. Samuels, Jessica Mangum
- E-Mail Address
-
carrie.l.samuels.civ@army.mil, jessica.t.mangum.civ@army.mil
(carrie.l.samuels.civ@army.mil, jessica.t.mangum.civ@army.mil)
- Description
- The United States Government (USG) Army Contracting Command Redstone Arsenal (ACC-RSA)-is seeking alternative sources that can provide solutions for the AH-64 Apache MTADS/PNVS sustainment support. �The MTADS/PNVS is a targeting and night vision system used on the Apache AH-64 helicopter that allows it to operate in day, night and adverse weather conditions.� Sources should have the capabilities to manage and execute all repairs at the Line Replaceable Module and Line Repairable Unit level within a specified performance time limit, procure and make available all necessary repair components and materials at all drawing indenture levels, manage storage, issue parts, provide transportation, and maintain total asset visibility of all components within the MTADS/PNVS. �Sources should also be able to provide supply chain management, maintenance management, transportation, configuration management, reliability management, obsolescence management, inventory/asset management, interaction/updates for data within the Logistics Modernization Program, and perform detailed root-cause failure analysis on all unserviceable parts and assemblies.� Sources should provide documentation which demonstrates a strong background, history and past performance in streamlining and facilitating acquisition, addressing obsolescence, enhancing USG-contractor interactions, and containing cost with comprehensive cost controls. �Additionally, sources should include capabilities to reduce the threats to the AH-64 Apache Helicopter.� The technical support to the MTADS/PNVS must be compatible and directly support the most current configuration as defined in the System Performance Specification, AVNS-PRF-10052 (latest revision).� This is a follow-on effort to contract W58RGZ-21-C-0016. Qualified vendors are required to provide evidence that they possess the capabilities as laid out above in the requirements section. The MTADS/PNVS data is critical in nature.� Responders shall provide their product's Technology Readiness Level number and back it with evidentiary data.� Interested vendors are encouraged to provide substantiated evidence of their capabilities and successes in the areas cited above. Vendors are encouraged to submit written notification of their interest, qualifications, and technical qualifications to,�Jessica T. Mangum, Contracting Officer, at jessica.t.mangum.civ@mail.mil �with a copy to Carrie L. Samuels, Contract Specialist at carrie.l.samuels.civ@mail.mil. The submission of this information is solely for informational, market research, and planning purposes and is not a request for competitive proposals, quotations or an invitation to reimburse contractors for either effort or associated costs to respond or for any information provided.� This notice does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This notice does not commit the Government to contract for any supply or service whatsoever.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.� All costs associated with responding to this notice will be solely at the responding party's expense.� Not responding to this notice does not preclude participation in any future RFP, if any is issued.� Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contact. It is the responsibility of the interested parties to monitor the Federal Business Opportunities (www.fbo.gov) site for additional information pertaining to this notice. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.� Interested parties who consider themselves qualified to perform the above listed service must submit a response no later than 4:00pm central standard time on 20 February 2024, which includes the following information: (1) Organizational name, address, email address, website address, telephone number, and size and type of ownership for the organization; (2) Tailored capability statement addressing the particulars of this effort.� Follow-up discussions may be conducted with respondents.� It is desirable that data be received with unlimited rights to the Government.� Nevertheless, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Questions concerning this announcement may be submitted via email to Jessica T. Mangum, Contracting Officer, at jessica.t.mangum.civ@mail.mil �and Carrie L. Samuels, Contract Specialist at carrie.l.samuels.civ@mail.mil. NO TELEPHONE INQUIRIES WILL BE ACCEPTED OR ACKNOWLEDGED, AND NO FEEDBACK OR EVALUATIONS WILL BE PROVIDED TO COMPANIES REGARDING THEIR SUBMISSIONS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2440f6799d4c4fd3832585c4dd22fa8b/view)
- Place of Performance
- Address: Orlando, FL 32819, USA
- Zip Code: 32819
- Country: USA
- Zip Code: 32819
- Record
- SN06951444-F 20240202/240131230052 (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 |