MODIFICATION
14 -- HAWK Missile System A 2/N Spare Parts
- Notice Date
- 7/19/2016
- Notice Type
- Modification/Amendment
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-16-R-0143
- Archive Date
- 8/18/2016
- Point of Contact
- David C. Webb, , Kristin Daggett,
- E-Mail Address
-
david.c.webb8.civ@mail.mil, kristin.l.daggett.civ@mail.mil
(david.c.webb8.civ@mail.mil, kristin.l.daggett.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY - SOURCES SOUGHT ANNOUNCEMENT This notice is published in accordance with FAR 10.002 and 15.201(e) and is a Request for Information (RFI) only in support of a market research. The Government's intent is to identify qualified companies capable of manufacturing and producing the following spare parts on an ALL or NONE basis for the following HAWK Missile System A 2/N Spare Parts: NOMENCLATURE NSN PART NUMBER QUANTITY TRANSFORMER, POWER 5950002303717 10112511 1 RESISTOR, VOLTAGE SE 5905012542741 11510500-3 2 FAN CENTRIFUGAL 4140012331468 9172174-5 5 TRANSISTOR 5961009786052 10051404 7 MICROCIRCUIT, DIGITAL 5962013029714 13234500-002 2 MICROCIRCUIT, DIGITAL 5962013045983 13234500-001 15 1. Each prospective vendor must have in place an effective and economical quality system in accordance with (IAW) ANSI/ISO/ASQ Q9001 or equivalent system as agreed between the contractor and U.S. Government (USG). 2. Each prospective vendor must be able to pass First Article Testing IAW Federal Acquisition Regulation 52.209-3 if they haven't produced the required part(s) in the past 2 or 5 years (depending on the part(s) involved) and provide documentation of same to the USG. 3. Each prospective vendor must be able to submit technical documentation on their capabilities to produce or procure spare parts for the HAWK, A2/N missile system. The technical document requirements MUST include an established and implemented QA plan, an established and implemented HAZMAT plan, and documentation indicating your organization has the ability to meet current Commercial and MIL STD packaging requirements for CONUS and OCONUS shipping. 4. Every part provided under this contract shall be produced to the drawing and supporting documentation requirements. Each prospective vendor must have access to the most current and up to date drawings and supporting technical documentation for each part they produce in support of this effort. The Government does not have the resources to provide the Technical Data Packages. 5. Each prospective vendor shall submit documentation reflecting their established policies & procedures, and their ability to meet the requirements of JESD625-A; "Requirements for Handling Electrostatic-Discharge-Sensitive (ESDS) Devices". 6. Each prospective vendor will have to show it has the financial capabilities to accept a Firm Fixed Price contract with no up-front funding provided. 7. Each prospective vendor must provide information on past experience on providing the same services to any other U.S. Government entities. Such information must include contract number(s), award date(s), and points of contact with phone numbers and email addresses. All information received will be used only for planning purposes. It shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), Request for Proposal (RFP), or as an obligation on the part of the Government to respond, or to acquire any products or services. Any response to this request for information will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought to the Government for use of such information. The information provided may be used by the Army in developing its acquisition strategy and in its Statement of Work/Statement of Objectives or Performance Specifications. Not responding to this RFI does not preclude participation in any future RFP, if issued. If a solicitation is issued, it will be synopsized on the Federal Business Opportunities (FedBizOps) website. It is the responsibility of any potential offeror to monitor FedBizOps for additional information pertaining to this requirement. RESPONSE INSTRUCTIONS: Responses are due within 15 days of this RFI. Responses shall be delivered via email to David Webb at david.c.webb8.civ@mail.mil and/or kristin.l.daggett.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c34ded654c09e633a6592b4707133c74)
- Place of Performance
- Address: To Be Detemined, United States
- Record
- SN04187766-W 20160721/160719234724-c34ded654c09e633a6592b4707133c74 (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 |