SOURCES SOUGHT
59 -- 59--Market Survey for sustainment supplies and provide services for the Joint Surveillance Target Attack Radar System (JSTARS) Surveillance and Control Data Link (SCDL) Ground Data Terminal (GDT) OZ-74(V)1GRY/ Air Data Terminal (ADT).
- Notice Date
- 6/11/2014
- Notice Type
- Sources Sought
- 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
- MARKET-SURVEY-5624-1
- Response Due
- 6/16/2014
- Archive Date
- 8/10/2014
- Point of Contact
- Savino Sica, 443-861-5441
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(savino.w.sica.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- FOR ALL INFORMATION CONTACT: Paul Shao, Electronics Engineer, (443)861-2972 This is a market survey is released in order to comply with the Federal Acquisition Regulation (FAR) Part 10, paragraph 10.001(a)(2)(v). Contract number W15P7T-11-D-H001 was awarded to Cubic Defense Application, Inc (CDA) April 19,2011 for supplies and services related to the Joint Surveillance Target Attack Radar System (Joint STARS) Surveillance, Control Data Link (SCDL) and Ground Data Terminal (GDT) OZ-74(V)1GRY/ Air Data Terminal (ADT). Commercial and Government Entity (CAGE) Code 94987 was the developer of the GDT and is currently providing supplies and services satisfactorily under contract W15P7T-11-D-H001. However, per the FAR Part 10, periodic market research is required to determine if there are other suitable sources that can satisfy the Government's requirements. The GDT, along with the Air Data Terminal (ADT), is part of the Surveillance Control Data Link (SCDL). The SCDL uses CDA-proprietary waveforms and anti-jam technology between the ADT and GDT to transfer data. The Government does not possess and does not intend to procure from CDA the GDT technical data package. Cubic Defense Application Inc. need not respond to this market survey since the company is currently under contract and satisfying the Government's requirements. The Government is querying the marketplace to determine if there are other sources capable of satisfying the Government's requirements for supplies and services for the Joint Surveillance Target Attack Radar System (JSTARS) Surveillance and Control Data Link (SCDL) Ground Data Terminal (GDT) OZ-74(V) 1GRY/ Air Data Terminal (ADT) configuration. The Government's immediate and projected requirements over the next twenty-four months, approximately, include depot support services, technical support, repairs, and supplies. Supplies will be procured on a firm fixed price (FFP) basis, and services will be procured on Cost Plus Fixed Fee (CPFF) or FFP basis. In general, the source must be capable of providing supplies (see below) and services that may be associated with those supplies, such as inspection and test; repairing unserviceable parts, including satisfying Government-directed expedited repairs (15- day repair turnaround time requirement); providing in-house technical support and field support related to the GDT systems and its parts; performing obsolescence investigations; performing tasks associated with Modification Work Orders (MWO). The source will be required to decide whether to make or buy the parts; mark parts with part number, National Stock Number (NSN), and Unique Item Identification (UID), including IUID program compliance; verify item performance; maintain a quality program; address nonconforming materials; provide technical and logistics data associated with the parts; provide engineering data for provisioning and updates to the Provisioning Parts List (PPL), if required; provide updates to technical manuals and training materials related to the parts, if needed; provide contract status reports; comply with contract manpower reporting requirements; and provide preservation, packaging, package marking, and shipping of parts, to include implementing Radio Frequency Identification (RFID). Supplies procured and serviced may include one or more of the following items, needed to support the Joint Surveillance Target Attack Radar System (J STARS) Surveillance and Control Data Link (SCDL) Ground Data Terminal (GDT) OZ-74(V)1GRY/ Air Data Terminal (ADT) configuration: National Stock Number (NSN) 5996-01-375-1534, Part Number (P/N) 233800-2, AMPLIFIER, RADIO FREQUENCY (TWTA); NSN 6130-01-375-5496, P/N 265320-1, POWER SUPPLY (M3); NSN 6130-01-375-1549, P/N 265460-1, POWER SUPPLY (M4); and NSN 2985-01-406-5829, P/N 265490-1, TRIPOD ANTENNA. Services will be procured on a Cost Plus Fixed Fee ( CPFF) basis. The source must be able to repair and verify the proper operation of, and may be required to produce, the following spare parts: NSN 6145-01-372-5435, P/N) 232796-1, CA ASSY,AC PWR,LCU TO JSI; NSN 6145-01-372-5434, P/N 232797-1, CA ASSY,DATA/CONT,GDT; NSN 6145-01-372-5436, P/N 232798-1, CA ASSY,PWR LCU-AC/AC CON; NSN 4140-01-418-6304, P/N 233040-2, FAN, VANEAXIAL; NSN 5955-01-406-3073, P/N 233820-2, OSCILLATOR,CRYSTAL; NSN 5996-01-472-8353, P/N 233900-6, AMPLIFIER,SERVO; NSN 5985-01-375-3518, P/N 265340-1 and 261330-1, VERT REF ASSY; NSN 5820-01-385-8516, P/N 261510-2, CONTROL,ANTENNA; NSN 5995-01-407-2194, P/N 261556-1, CABLE ASSY,LCU-MASTHD,GDT; NSN 5915-01-374-4271, P/N 261564-1, FLTR ASSY,EMI/EMP,SHELTER; NSN 5895-01-374-4295, P/N 261900-3, CONT-INTFC UNIT ASSY; NSN 5985-01-374-0760, P/N 261950-1, PEDESTAL ASSY,ANTENNA; NSN 5895-01-406-6804, P/N 265029-2, INTERFACE ASSY,EMI/EMP; NSN 5998-01-374-4274, P/N 265165-1 and 265165-3, UPCONV ASSY,ENCL,CTR SECT; NSN 5998-01-374-0164 and 5998-01-472-5550, P/N 265230-1 and 265230-2, SYNTHESIZER ASSY; NSN 5895-01-374-4294, P/N 265400-1, CONVERTER,FREQ,STATIC; NSN 6130-01-375-3790, P/N 265520-1, SW. ASSY. PWR INTERUPT; NSN 8145-01-472-4861, P/N 270836-1, CNTNR ASSY,SHPNG,ANT; NSN 5985-01-433-0895, P/N 270840-2, ANT ASSY,GND DATA TERM ; NSN, P/N 261407-1, FXTR ASSY,HANDLING ANT; NSN 5985-01-406-4921, P/N 270901-1, RADOME; NSN, P/N 270914-1, BALLISTIC SHIELD; NSN 5995-01-407-4274, P/N 270917-1, CA ASSY,LANDLINE,SHELTER; NSN 5995-01-408-7704, P/N 270917-2, CA ASSY,LANDLINE,SHELTER; NSN 5995-01-407-4275, P/N 270918-1, CA ASSY,MASTHD,LANDLINE; NSN 5995-01-407-2193, P/N 270918-2, CA ASSY,MASTHD,LANDLINE; NSN 5998-01-374-0163 and 5998-01-472-5534, P/N 265080-1 and 283900-1, FREQ MODULATOR ASSY; NSN 8145-01-440-7775, P/N 305900-1, CONTAINER,STOWAGE,ANTENNA; NSN 5998-01-374-1305 and 5998-01-472-6636, P/N 261650-1 and 306000-1, CCA,LCU MASTER COUNTER; NSN 5998-01-374-1304 and 5998-01-472-6635, P/N 261630-1 and 306010-1, CCA,LCU FAST TIMING; NSN 5998-01-374-1303 and 5998-01-472-4866, P/N 261680-1 and 306020-1, CCA,TIMING ADJUST; NSN 5998-01-374-0170 and 5998-01-472-5535, P/N 261720-1 and 306050-1, CCA,UPLINK DATA NETWORK; NSN 5998-01-374-1306 and 5998-01-472-8359, P/N 261670-1 and 306060-1, CCA,CODE GENERATOR; NSN 5998-01-374-0166 and 5998-01-472-8357, P/N 261575-1 and 306070-1, CCA,THRESHOLD INTEGRATOR; NSN 5998-01-374-0160 and 5998-01-472-4868, P/N 261610-1 and 306080-1, CCA,RANDOM INTERLEAVER; NSN 5998-01-374-0168, P/N 261690-1 and 306090-1, CCA,ANALOG CORRELATOR; NSN 5998-01-374-0167 and 5998-01-472-4865, P/N 261580-1 and 306100-1, CCA,VITERBI DECODER; NSN 5998-01-379-1219 and 5998-01-472-5547, P/N 265605-1 and 306110-1, CCA,XCVR/LCU BIT; NSN 5998-01-374-0161 and 5998-01-472-6630, P/N 265620-1 and 306120-1, CCA,FREQ SEL/RCG; NSN 5998-01-374-0745 and 5998-01-472-8352, P/N 265600-1 and 306130-1, CCA,CONTROLLER I/O; NSN 5998-01-374-0162 and 5998-01-472-8354, P/N 261710-1 and 306140-1, CCA,MASTHEAD I/O; NSN 5998-01-374-0171 and 5998-01-472-5553, P/N 261470-1 and 306160-1, CCA,RED/BLK ISOLATOR; NSN 5998-01-374-0748 and 5998-01-472-5552, P/N 265720-1 and 306180-1, CCA,CRYPTO INTERFACE; NSN 5998-01-374-1307 and 5998-01-472-5548, P/N 261940-1 and 306220-1, CCA,1553 I/O; NSN 5998-01-374-0173, P/N 265360-1 and 306230-1, CCA,LCU CABLE I/O; NSN 5998-01-374-0176, P/N 265390-1 and 306240-1, CCA,MASTHEAD BIT/NED; NSN 5998-01-374-0174 and 5998-01-472-8355, P/N 261195-1 and 306250-1, CCA,ANTENNA CONTROL; NSN 5998-01-374-0165 and 5998-01-472-4860, P/N 265350-2 and 306260-1, CCA,DCO/RANGE TONE GEN.; NSN 5998-01-374-0175 and 5998-01-472-8351, P/N 265380-1 and 306270-1, CCA,VERT REF AVERAGER; NSN 5998-01-374-0747, P/N 265640-3 and 306590-1, CCA,SEQUENCE CONTROLLER; NSN 5998-01-374-0172 and 5998-01-472-6643, P/N 265170-1 and 306660-2, DUPLEXER ASSY; NSN 5998-01-374-0162 and 5998-01-472-4867, P/N 261700-1 and 306620-1, MSTR CLK OSC ASSY,ANT CNT; NSN 5963-01-374-8565 and 5963-01-472-8362, P/N 261530-1 and 306640-1, DOWNLINK RCVR ASSY,ANT; NSN 5998-01-374-0159 and 5998-01-472-4862, P/N 261550-1 and 306700-1, FM DEMODULATOR; NSN 5998-01-374-0138 and 5998-01-472-6627, P/N 265210-1 and 306600-1, DOWNCONVERTER/2ND L.O.; NSN 5996-01-375-1534, P/N 233800-2 and 306680-1, AMPLIFIER, RADIO FREQUENCY; NSN 6130-01-375-5496, P/N 265320-1, POWER SUPPLY M3; NSN 5998-01-373-9330 and 5998-01-472-5549, P/N 265650-1 and 306040-1, CCA,SEQ CONT MEMORY; NSN 5998-01-374-0750 and 5998-01-472-5545, P/N 265760-1 and 306190-1, CCA,PROCESSOR INTERFACE; NSN and 5998-01-374-0751 and 5998-01-472-5553, P/N and 265670-1 and 306170-1, and CCA,CRYPTO CONTROLLER; NSN 5998-01-374-2583 and 5998-01-472-5554, P/N 265690-1 and 306150-1, CCA,MODEM INTERFACE; NSN 5998-01-374-2584 and 5998-01-479-0480, P/N 265725-1 and 306200-1, CCA, I/O CPU; NSN 5985-01-374-5584 and 5955-01-472-4854, P/N 265509-1 and 306740-1, REF OSC ASSY,REC/TRANS; NSN 6130-01-375-1549, P/N 265460-1, POWER SUPPLY M4; NSN 5998-01-374-0749 and 5998-01-472-5539, P/N 265735-2 and 306210-1, CCA, I/O CPU MEMORY; NSN 5985-01-406-5829, P/N 265490-1, TRIPOD, ANTENNA. Interested potential sources must prepare a document, no greater than 6 pages in length, specifying their ability to provide the GDT supplies and services required by the Government, and include the following information, at a minimum (Microsoft Word, text, Rich Text, or Adobe Acrobat file formats only): Submit responses via email only to paul.shao.civ@mail.mil. The deadline for response is 16 June 2014, 4PM, eastern time. a. Knowledge of Joint Surveillance Target Attack Radar System (JSTARS) Surveillance and Control Data Link (SCDL) Ground Data Terminal (GDT) OZ-74(V)1GRY/ Air Data Terminal (ADT) configuration. b. Knowledge of the form, fit, and functional requirements of the parts with respect to GDT configuration. The prepared document must be submitted via email to Paul Shao at paul.shao.civ@mail.mil no later than 16 June 2014, 4 PM Eastern Time. Requests for additional information must also be submitted via email. EMAIL ADDRESS: paul.shao.civ@mail.mil CECOM POC
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/77f47e380aad4dbbdeb9ae8e18e60295)
- 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
- SN03392214-W 20140613/140611235316-77f47e380aad4dbbdeb9ae8e18e60295 (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 |