Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 24, 2024 SAM #8367
SOURCES SOUGHT

J -- TACAN-154 R/T, Position Indicator, and Radio Control

Notice Date
10/22/2024 12:03:30 PM
 
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 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
ACCAPG-TACAN154FY25
 
Response Due
11/5/2024 1:00:00 PM
 
Archive Date
11/20/2024
 
Point of Contact
Mark Colangelo, Keith J. Hoskins, Phone: 520-671-1123
 
E-Mail Address
mark.w.colangelo.ctr@army.mil, keith.j.hoskins2.civ@army.mil
(mark.w.colangelo.ctr@army.mil, keith.j.hoskins2.civ@army.mil)
 
Description
Title: Procurement and/or repair of the TACAN-154 R/T, Position Indicator, and Radio Control FSC/PSC: 5826 NAICS CODE: 334511 IS THIS A RECOVERY AND REINVESTMENT ACT ACTION? ?Yes� ?No RESPONSE DATE: 11/01/2024 DOES THE GOVERNMENT POSSESS THE TDP? ?Yes� ?No PRIMARY POINT OF CONTACT: Mark Colangelo mark.w.colangelo.ctr@army.mil SECONDARY POINT OF CONTACT: Keith Hoskins Secondary Point of Contact: keith.j.hoskins2.civ@army.mil ATTACHMENTS: None SYSTEM SUPPORTED: UH-60 Blackhawk helicopter WEAPON SYSTEM DIRECTORATE: ESA DESCRIPTION The Defense Logistics Agency-Aberdeen, on behalf of the Army Integrated Logistics Supply Center (ILSC) � Supply Chain Management Directorate (SCMD) � Strategic Sourcing Directorate (SSD), intends to acquire Parts and repair services to support the Tactical Air Navigation System (TACAN)-154 Repair Services. Requirements Description: This system provides the user with data relating the distance and bearing to the ground or ship-borne station. The TACAN system are for use in the Army fleet Blackhawk UH-60A/L helicopters. The current supplier of hardware is L3 Harris. The Government does not possess the technical data package (TDP) for the parts. The TDP is not available for release. The TDP includes level 3. production information. The current supplier of hardware and repair is L3 Harris. The following additional NAICS apply: 334511 Items and/or Services to Be Procured: NSN: 5826-01-581-8269 NOMENCLATURE: TACAN ARN-154 R/T PART NUMBER: TX-970 CAGE: 64755 NSN: 5826-01-581-7230 NOMENCLATURE: TACAN Control Unit, Radio Set Control PART NUMBER: 805D0663-05 CAGE: 64755 NSN: 5826-01-582-4492 NOMENCLATURE: Indicator, Position Deviation Indicator PART NUMBER: 805C0620-15, IN-602 CAGE: 64755 FOR SERVICES: Repair of the TACAN-154 R/T, radio set control, and position indicator. Requested Response Information: We request that sources who can supply the listed parts or repair services to submit information to show evidence of current/past contracts for the manufacturing of the item and/or its components, or a similar type of effort. At a minimum the support information you submit should include, but is not limited to, the following types of documentation: Additionally any sources must have shown that any items will meet airworthiness certification and function satisfactory when used in their intended purpose in the army. 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. Please submit responses by 11/01/2024 Technical Point of Contact: mark.w.colangelo.ctr@army.mil Secondary Point of Contact: keith.j.hoskins2.civ@army.mil Contractor Questionnaire Please complete the following questions. If a question does not apply, please enter N/A or non-applicable. 1. Provide a brief summary of your 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 in the manufacturing and/or supplying of TACAN-154 R/T, position indicator, and radio control in the past. Provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort. 4. Describe the qualifications of your engineering staff who have experience in the design and production of supplies similar in complexity and technology to TACAN-154 R/T, position indicator, and radio control. 5. Describe your company's experience in identifying the test equipment for components similar in complexity and technology to what is used in TACAN-154 R/T, position indicator, and radio control. 6. Describe your company's experience and process for managing obsolescence issues. 7. Does your company maintain a Program and Assessment Tool to monitor and analyze the availability of components to allow clear and precise tracking of all obsolescence issues?� If so, please elaborate on the Program and Assessment tool(s). 8. Describe your company's experience in identifying alternatives for unavailable or obsolete materials or components to mitigate obsolescence issues. 9. Discuss your company's capability to meet US Government delivery requirements for this specific product. 10. The Government prefers (include term of pricing � long term, short term, spot buy etc.). Can your company meet the Government preference. If not, please describe what you are willing to provide. 11. The Government prefers (include contract type; fixed quantity, IDIQ, IDPO, option quantities, option years)?� Can your company meet the Government preference. If not, please describe what you are willing to provide or what you would prefer to provide. Please explain. 12. Do you have product(s) or keep products in stock? 13. Are there any vendors in your supply chain that you are concerned would prevent you from meeting the Government delivery schedule? � If so, please describe the company and what steps you are taking or have taken to mitigate. If it is a Government directed source, please describe any other vendors that may have the capability to meet the delivery schedule.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6e34ec48854d433e8c251819a48d8a09/view)
 
Place of Performance
Address: Aberdeen, MD 21001, USA
Zip Code: 21001
Country: USA
 
Record
SN07246768-F 20241024/241022230107 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.