Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2012 FBO #3934
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
 
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 |
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.