Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 14, 2017 FBO #5804
SOURCES SOUGHT

12 -- Market Survey - Ancillary Subsystems for Remote Weapon Station (RWS)

Notice Date
10/12/2017
 
Notice Type
Sources Sought
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN18X003D
 
Archive Date
11/17/2017
 
Point of Contact
Jocelyn M. E. Fulljames, Phone: 9737245230, Katherine N. Conklin, Phone: 9737247674
 
E-Mail Address
jocelyn.m.fulljames.civ@mail.mil, katherine.n.conklin.civ@mail.mil
(jocelyn.m.fulljames.civ@mail.mil, katherine.n.conklin.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Ancillary Subsystems for Remote Weapon Station (RWS) INTRODUCTION The US Army Contracting Command - Picatinny Arsenal, New Jersey is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the manufacturing and assembly of ancillary subsystems for the Remote Weapon Station (RWS). The result of this sources sought notice/market research will contribute to determining the method of procurement and level of competition if a requirement materializes. For example, based on the response(s), this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. REQUIRED CAPABILITIES The U.S. Government is seeking potential contractors with the ability to manufacture and assemble ancillary subsystems with the following requirements: 1. The contractor shall have the capability to produce production and prototype "build to print" Circuit Card Assemblies (CCA), Printed Circuit Boards (PCBs) and Printed Circuit Assemblies (PCAs). 2. The contractor shall have the capability to produce "build to print" ruggedized military cabling with MIL-DTL-D38999 type connectors and adapters. 3. The contractor shall have the capability to propose and qualify alternate parts to address obsolete components on CCAs, PCBs and PCAs. 4. The contractor shall have the capability to produce and assemble "build to print" electronic subsystems that meet the requirements of MIL-STD-810G, MIL-STD-1275E, MIL-STD-461G and MIL-STD464C. Proof of qualification should be addressed in the response. 5. The contractor shall have the capability to produce "build to print" copper to fiber optic cabling/communication systems. The copper to fiber optic cabling/communication system shall take a signal from a copper medium, convert to fiber optic medium, transmit signals via fiber optic, and convert signals back to copper medium. 6. The contractor shall have to produce ruggedized computing platform that meets the requirements of running Unreal 3 and Unreal 4 gaming engine. The ruggedized computing platform shall be capable of interfacing with the RWS. 7. The contractor shall be capable of producing ruggedized and non-ruggedized power supplies/systems with and without battery backup capabilities that are MIL-STD-1275E compliant. Input voltage shall be 120VAC. Output voltage shall be 24-28VDC, 1500W continuous power output. Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. ELIGIBILITY The applicable NAICS code for this requirement is 332994 with a Small Business Size Standard of 1,000 employees. The Federal Supply Code (FSC) is 1230, Fire Control Systems, Complete. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. ____________________________________________________________________ Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Government encourages all interested vendors to submit any comments that they might have. 1. Company Name: 2. Company Address: 3. Company point of contact, phone number, and email: 4. Company Fax: 5. Company Web Address: 6. Type of Ownership of the Company: 7. CAGE Code / DUNS Number if applicable: 8. The North American Industry Classification System (NAICS) code for this effort is 332994 with small business size standard of 1,000 employees. Based on this information is your business considered a small business? 9. 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 government. The development of the product was done exclusively at private expense c. ( ) None of the above applies. Explain. 10. Location where primary work will be performed (if more than one location, please indicate the percentage for each location): 11. Major partners or suppliers: 12. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required): 13. Please provide any additional comments: SUBMISSION DETAILS Potential sources are requested to submit, at a minimum, the following information. Responses should be limited to no more than 20 pages. Information papers can be submitted in a white paper format. Technology Description: Provide the description of the technology areas described above that the vendor's system meets along with the electrical and mechanical interface requirements. Characteristics: Provide information pertaining to each of the specification areas noted under that particular technology, along with any enhanced technology that may be beneficial to the fabrication and production of RWS subsystems. Technology Readiness and Delivery Schedule: Describe the Technology Readiness Level of the proposed system, to include safety qualification, test data, and procurement schedule. Cost: Provide system unit cost to include any necessary cables or ancillary equipment. Risks: Describe any program risks associated with meeting described requirements and delivery schedule. All responses should be sent US Government by November 02, 2017 to: Jocelyn.m.fulljames.civ@mail.mil. TELEPHONE RESPONSES AND INQUIRIES WILL NOT BE ACCEPTED. The point of contact is Jocelyn Fulljames, Contract Specialist at Jocelyn.m.fulljames.civ@mail.mil or Katherine Conklin, Contracting Officer at Katherine.n.conklin.civ@mail.mil. The Government will accept relevant written questions by email prior to the response submission date. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. The U.S. Government is not liable for any expenses incurred by any company's response to this survey. The U.S. Government is not liable for any expenses incurred by offerors or companies in submitting or completing the required forms. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ee64d2aaa2659efda467e3caef669783)
 
Record
SN04712439-W 20171014/171012231315-ee64d2aaa2659efda467e3caef669783 (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.