Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2018 FBO #6141
SOURCES SOUGHT

59 -- Receiver Protector NSN: 5840-01-088-6659

Notice Date
9/14/2018
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56JSR) Division E, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
PANAPG-18--P-0000-152739
 
Archive Date
10/13/2018
 
Point of Contact
Nicole Cantave, , Jimmy H Dinh, Phone: 4438614861
 
E-Mail Address
nicole.cantave.civ@mail.mil, jimmy.h.dinh.civ@mail.mil
(nicole.cantave.civ@mail.mil, jimmy.h.dinh.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI)/Sources Sought Announcement (SSA) primarily for repair of the Receiver Protector, NSN: 5840-01-088-6659, with option to procure new units should need arises, Government P/N: SM-D-800052 Cage Code 80063; Communications & Power Industries P/N: MA31026X, Cage Code: 88236, which is P/O: AN/TPQ-36(V) FIREFINDER Radar Systems This RFI/SSA is released for purposes of conducting market research to identify additional sources of supply for repair and/or manufacture of Receiver Protector, NSN: 5840-01-088-6659, Government P/N: SM-D-800052, Primary P/N: MA31026X for which Communications & Power Industries (CPI) LLC, Beverly MA Division, Cage Code: 88236, is the incumbent. If a firm requirement should develop, a Firm Fixed Price (FFP) three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract will be considered as a contracting vehicle and a formal RFP/Solicitation will be released to notify industry. Only the first order placed at time of contract award will be guaranteed and there will be NO guaranteed minimum for any of the subsequent ordering years other than projected repair quantities which are estimated as follows for each of the three-year contract ordering period: Year-1: QTY-20 to include minimum guarantee repair Quantity (QTY) of 15; Year-2: QTY-6; Year-3: QTY - 4. Specific range quantities have yet to be determined however, submit best economic range quantity Rough Order of Magnitude (ROM) pricing for cost savings as part of response with interest to this announcement for consideration. Although a source control with performance and finish specifications exist, these documents will be provided ONLY upon satisfying all items noted under "Response Requirements" Paragraph #s: 1a -1p (lower case letter o) and #2 below. Also the noted technical documentations will eventually be released as part of a solicitation if and when released. This RFI/SSA is for planning purposes only and shall NOT be construed as an Invitation for Bid, Request for Quotation, or Request for Proposal or as an obligation on the part of the Government to acquire any products or services. Responses to this RFI/SSA will be treated as information only. No entitlement to payment of direct or indirect costs or charges to the Government shall arise as a result of contractor submission of responses to this announcement or the Government use of such information. No funds have been authorized, appropriated, or received for award of a contract. The information provided may be used by the U.S Army in developing its acquisition strategy, Performance Work Statement, etc. Response Requirements: 1. Interested suppliers, to include the incumbent supplier (Communications & Power Industries (CPI) LLC DBA Beverly Microwave Division, Cage Code: 88236) capable of successfully repair and manufacture this item must so indicate, by responding to this notice in writing via email ONLY to both POCs Email addresses indicated below. Responses must include the following at a minimum: a. Affirmatively address ability to repair, and if necessary manufacture this item, with evidentiary data either as a direct supplier to the USG or lead contractor through sub-contracting. b. Past Performance on repair and/or manufacture of this item and/or similar items specifying Part Number(s), NSN(s) with last repair and manufacture date(s), identify specific USG contract numbers if applicable otherwise, identify source of acquisition for units if not obtained under a direct USG contract for the item; nomenclature(s) of end-items in which this particular item is configured into and part of, if known. c. Indicate if company has open/on-going repair and/or production line and date of last production. d. Describe different level of repair efforts pertinent to classification or categories to return failed assets to Serviceable Condition Code A such as: 1) Minor Repair and 2) Major Repair or 3) Beyond Economic Repair. e. Supply electronic copies of documentation such as validated test and final acceptance procedures and associated test results demonstrating compliance with the item's drawings and specifications if no previous contracts for the item. f. Indicate specific quality standard, e.g. ISO (International Organization for Standardization) Certification or National, source uses for its manufacture and/or repair operations. g. Provide supporting data to demonstrate availability of adequate resources such as: repair and/or production/fabrication facilities and identify current location (s), equipment, tooling, space in square footage, and experienced technical personnel e.g., engineering, quality, assembly line, testing, to enable interested source, or its subcontractors, to successfully test, repair and/or manufacture to deliver compliant units in accordance with item performance specification that will meet form, fit, and function requirements, within the required delivery schedule, when integrated into the AN/TPQ-36(V) FIREFINDER Radar Systems for its intended function. h. Identify any foreseen risk, to include Diminishing Manufacturing Sources and Material Shortages and/or Obsolescence Issues, with particularly repairing or producing this item and associated mitigation plan. i. Identify any specific need for Government Furnished Equipment and if so specify and justify same. j. Specify Repair and/or Production Lead Time (PLT) from DAC (Days after Contract) award. k. If applicable, indicate potential partnering/teaming agreement for manufacturing/production of this item. l. Address any action that could be undertaken to minimize cost, schedule and mitigate identified risk for potential new manufacturing/production units. m. Identification of current status as a Large Business or Small Business Concern. Small Business Concerns must specify their Representation and/or Socio-Economic Category such as: Small Business (SB), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB) and Economically Disadvantaged Women-Owned Small Business (EDWOSB), 8(a) Business Development Program or Historically Underutilized Business Zone (HUBZone) Program. n. Indicate if repair and/or production efforts will be performed at a location different than responding location or company's headquarters within the U.S or indicate if internationally. o. Specify U.S. Government Security level currently held at location work efforts would be executed. p. Indicate if any portion of this effort will be performed outside of the U.S and if so, name of company and specific location. All interested sources/companies are encouraged to respond to this RFI/SSA by providing the information requested herein, on or before Close of Business 1700 hours Eastern Standard Time (EST) 28 September 2018. All response submissions MUST include a cover page identifying: Company name, Address, Point of Contact(s) Name(s), Email addresses, Office and Mobile numbers. Interested Sources/Parties responding to this RFI/SSA shall be responsible to adequately label "PROPRIETARY" or "CONFIDENTIAL or "BUSINESS SENSITIVE" marking as appropriate in their responses. All requests for additional information shall be made in writing ONLY via identified Email below. Nicole Cantave USA RDECOM CERDEC Product Engineering & Quality Directorate Nicole.cantave.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/283315425c4dcef0c34f34065c5eef18)
 
Place of Performance
Address: US Army, APG CECOM LCMC Logistics and Engineering Operations Directorate, Bldg 6006, APG, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN05090718-W 20180916/180914231224-283315425c4dcef0c34f34065c5eef18 (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.