SOURCES SOUGHT
59 -- CROWS Diagnostic Kits (CDKs) for M153 Common Remotely Operated Weapon Station (CROWS)
- Notice Date
- 7/31/2014
- Notice Type
- Sources Sought
- NAICS
- 334418
— Printed Circuit Assembly (Electronic Assembly) Manufacturing
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-14-X-3685
- Response Due
- 9/1/2014
- Archive Date
- 10/1/2014
- Point of Contact
- Travis T. James, 973-724-4591
- E-Mail Address
-
ACC - New Jersey
(travis.james3@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command - New Jersey on behalf of the Project Manager Crew Served Weapons (PMCSW), located at Picatinny Arsenal, NJ is conducting a market survey to identify potential sources for manufacturing CDKs that provide troubleshoot capability for all configurations of the M153 Common Remotely Operated Weapon Station (CROWS). The CDK consists of 23 cables, 11 test adapters and an interface box (includes 3 Commercial Off-the-Shelf circuit card assemblies and 2 custom circuit card assemblies) used to diagnose failures of CROWS line replaceable units. The U.S. Government (USG) will provide a Technical Data Package (TDP) and the contractor shall build the CDK in accordance with the TDP provided by the USG. The production requirement for all M153 CROWS CDKs is at an estimated total of 250 kits and an estimated range of 10 kits per month with a capability to ramp up to 20 kits per month. This notice is to determine if there are potential sources capable of fabricating the required CDK components using a variety of manufacturing techniques to include the manufacture of custom circuit card assemblies, cable assemblies, and metalworking in accordance with the TDP the USG will provide. This notice is also to obtain information regarding industrial capability on production rate. Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: 1. Company Name 2. Company Address / Country Represented / Website 3. Company point of contact and phone number 4. Business Size (Small/Large & Number of Employees) CAGE Code / DUNS Number. 5. The North American Industry Classification System (NAICS) codes for this effort are 334418, 332710, and 332721. 6. Commerciality: a. ( ) Our product as described above, has been sold, leased or licensed to the general public b. ( ) Our product as described above, has been sold in substantial quantities, on a competitive basis, to multiple state and local governments. The development of the product was done exclusively at private expense c. ( ) None of the above applies. Explain. 7. Location where primary work will be performed (if more than one location, please indicate the percentage for each location). 8. Major partners or suppliers. 9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). 10. Provide minimum and maximum monthly production rates of past production of same or similar items. 11. Please provide any additional comments All responsible, interested offerors are encouraged to submit their capabilities/qualification data and any pertinent information in hard copy or via email, within 30 calendar days to: US Army Contracting Command - New Jersey ATTN: Mary Krisanda - ACC-NJ-SW Building 9, Phipps Road Picatinny Arsenal, NJ 07806-5000 Email: mary.f.krisanda.civ@mail.mil The point of contact is Mary Krisanda at mary.f.krisanda.civ@mail.mil or Travis James at travis.james2.civ@mail.mil. TELEPHONE RESPONSES AND INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email to mary.f.krisanda.civ@mail.mil or travis.james2.civ@mail.mil. This is a sources sought notice only and should not be construed as a Request for Proposal or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided. Respondents will not be notified of the results of this survey or results of information submitted. Any information provided will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/01a7c49839e116ce7714e050c3f3c362)
- Place of Performance
- Address: ACC - New Jersey Building 9, Phipps Road Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN03446241-W 20140802/140801000707-01a7c49839e116ce7714e050c3f3c362 (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 |