MODIFICATION
J -- Update Solicitation # to W31P4Q-18-R-0045 for Depot level Repair and Return and Technical Support Services for Klystrons Tubes for the HAWK Weapon System
- Notice Date
- 1/11/2018
- Notice Type
- Modification/Amendment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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-17-R-0096
- Archive Date
- 2/10/2018
- Point of Contact
- V L. Shephard, Phone: 2569559618
- E-Mail Address
-
v.l.shephard.civ@mail.mil
(v.l.shephard.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY - SOURCES SOUGHT ANNOUNCEMENT Please use Solicitation # W31P4Q-18-R-0045 when referencing to this notice. This notice is published in accordance with FAR 10.002 and FAR 15.201(e) and is a Request for Information (RFI) only in support of a market research. The U.S. Government intent is to identify companies capable of operating a depot level repair and rebuild and technical support services of Klystron Tubes for the HAWK Missile System belonging to various Foreign Military Sales customers. The Klystron Tubes for repair and rebuild and technical support services are as follows: ARMY PART NR NSN NOUN 10180377 5960009376853 Electron Tube* 13526965 5960014691684 Electron Tube 10177370 5960010453533 Electron Tube* 13526964 5960014684404 Electron Tube 10177367-001 5960010453534 Electron Tube* 13526962-001 5960014684401 Electron Tube 10177367-002 5960010453458 Electron Tube* 13526962-002 5960014684405 Electron Tube 10177367-003 5960010453535 Electron Tube* 13529662-003 5960014684406 Electron Tube 13039096 5960011670763 Electron Tube* 10176190 5960009133348 Electron Tube* 13526963 5960013107821 Electron Tube 11510528 5960013103863 Electron Tube* 13526963 5960014684407 Electron Tube Klystron shipping Containers Klystron Technical Support *These Klystrons will be incoming at the old APN/NSN and rebuilt up the current NSN. Qualifications: 1. Each vendor must be able to develop, implement, and maintain an effective and economical quality system in accordance with (IAW) ANSI/ISO/ASQ Q9001 or equivalent system as agreed between the contractor and USG. 2. Each vendor must be able to have the financial stability to produce the parts with a Firm Fixed Price contact with no upfront funding from the USG. 3. Each vendor must be able to submit technical documentation on their capabilities to produce the part on this list. The technical document requirements must include: an established and implemented QA plan, an established and implemented HAZMAT plan the availability of experienced resources, the necessary equipment & test capabilities to support the effort, and ability to meet the requirements of MIL STD packaging for classified items and magnetized items. 4. Prospective vendors cannot pick and choose which parts to bid on. All must be from one supplier. This procurement will be all or nothing. 5. Each vendor must have access to the source control documents from the current original equipment manufacturer. This includes all drawings, software and technical data package for each part. The USG will not provide this information. 6. Each vendor must have in their possession the Special Acceptance and Inspection Equipment for post testing and acceptance inspections for these parts. The USG will not provide this equipment. 7. Each contractor must be able to have a facility with a clearance level of at least CONFIDENTIAL and a current inspection on file with DSS. 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 (FedBizOpps) website. It is the responsibility of any potential offeror to monitor FedBizOpps for additional information pertaining to this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ff226098f9abbf31667ec316eabf14d4)
- Place of Performance
- Address: Army Contracting Command - Redstone, ATTN: CCAM-SM-C, Building 5250, Martin Road, Redstone Arsenal, Alabama 35898-5280, Redstone Arsenal, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN04787469-W 20180113/180111231002-ff226098f9abbf31667ec316eabf14d4 (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 |