SOURCES SOUGHT
58 -- Installation Kits and Ancillary Items for SINCGARS, EPLRS, and FHMUX.
- Notice Date
- 8/30/2012
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-12-X-IKAI
- Response Due
- 9/7/2012
- Archive Date
- 11/6/2012
- Point of Contact
- Jessica Gaskins, 443-861-4947
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(jessica.d.gaskins.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army, Army Contracting Command - Aberdeen Proving Ground, APG, MD 21005 on behalf of Product Manager Network Systems (PdM NS) is seeking potential sources for Installation Kits (IKs) and ancillary items that are needed to support the Single Channel Ground and Airborne Radio System (SINCGARS), Enhanced Position Location Reporting System (EPLRS), and Frequency Hopping Multiplexer (FHMUX). These systems are installed in various vehicles and on a variety of platforms. Installation of these systems requires installation kits, installation hardware, cabling, and ancillary items. These items are needed as complete IKs and as individual parts depending on the demand and application. Interested parties who feel they have the necessary capabilities should respond by providing the U.S. Government with the following information: (1) All responding sources shall provide a summary of their Company's capabilities including organization, name/address/point of contact identification, a description of facilities/equipment, manufacturing processes, inspection capability, personnel, past experience, and current production capacity per month. Respondents should identify their current business structures, summarizing the company's capabilities, description of facilities, environmental concerns, storage, shipping, receiving and other support functions such as testing capabilities, technical point of contact. Responses should indicate business size and any socio-economic considerations under NAICS Code 334220 (i.e. large, foreign, small disadvantage, veteran owned, woman owned, etc.). (2) Interested parties should provide both standard sustainable and accelerated monthly production rates of the items provided in the Line Item Pricing Tables and their associated shifts, as well as, any potential ramp up production capabilities. (3) All responding sources shall complete the Line Item Pricing Tables with Firm Fixed Prices for the range quantities as provided. (4) A respondent to this pre-solicitation notice should identify any automation that would be utilized during manufacturing and note if any manufacturing resources are shared with other item/production lines. (5) Respondents should identify any subcontractors that would be utilized in the manufacturing of the items. (6) Respondents should also identify if they and any subcontractors being utilized maintain International Organization of Standards (ISO) 9002 certification or equivalent. This market survey is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the U.S. Government. The U.S. Government implies no intention or opportunity to acquire funding to support current or future production efforts. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the U.S. Government. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of the market survey. The U.S. Government is not obligated to notify respondents of the results of this survey. Any documentation provided will not be returned. Interested sources should submit their qualification data and requested information no later than 1500 hrs EST on 07 September 2012 by email to jessica.d.gaskins.civ@mail.mil. Telephone responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/708e5f3e7c6b35865fb936abe2da3a3a)
- Place of Performance
- Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02863773-W 20120901/120831002206-708e5f3e7c6b35865fb936abe2da3a3a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |