Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2019 FBO #6513
SOURCES SOUGHT

59 -- Source Sought for NSN 5985-01-425-7305 Antenna AS-4266A/PRC

Notice Date
9/23/2019
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land Aberdeen, 6565 Surveillance Loop, Room C1-301, Aberdeen Proving Ground, Maryland, 21005, United States
 
ZIP Code
21005
 
Solicitation Number
SPRBL120R0001
 
Point of Contact
Stanley Chan, Phone: 443-395-6233, Stanley Chan, Phone: 443-395-6233
 
E-Mail Address
stanley.u.chan.civ@mail.mil, stanley.u.chan.civ@mail.mil
(stanley.u.chan.civ@mail.mil, stanley.u.chan.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a market survey to locate sources of supply with capability to supply NSN 5985-01-425-7305, Part Number A3256531-1 (Cage Code: 80063) Antenna-Long Manpack Assembly, AS-4266A/PR and with capability of delivering up to 1500 units per month in 210 days after Receipt of order (ARO) with the First Article Testing (FAT ) Requirement and 90 days after Receipt of order (ARO) without the FAT Requirement or the FAT is waived. The AS-4266A/PRC Antenna is an 8 ft. Manpack Antenna that is designed for use with portable SINCGARS Radio Systems configurations AN/PRC-119 thru AN/VRC-119G. The antenna is made up of an antenna element consisting of tube sections which can be disassembled when not in use. The antenna element is connected to a spring assembly which in turn is connected to a connector/matching network assembly. The antenna is used when increased range of communications is required. The AS-4266A/PRC Antenna is produced in accordance with the U.S. Army CECOM's Technical Data Package of A3256531-1 and Specification A3167801. Technical Data Package (TDP) for manufacture and acceptance of this item is available from the Government. The complete TDP, which include top level drawings, the associated parts list, component level drawings, test requirements for manufacture and acceptance of this item will be released along with the solicitation. The top level drawing and parts list of this item can be released prior to the release of the solicitation upon request. The TDP for this item is subject to the International Traffic in Arms Regulations (ITAR). This information shall not be provided to non-U.S. persons or transferred by any means to any location outside the United States Department of State. Interested source wishing to request for the top level drawing and parts list of this item must demonstrate that your company has an active status in the Defense Logistics Agency Joint Certification Program (JCP) when submitting request to the Government Point of Contract. Interested sources that are capable of furnishing this item must send a response outlining a viable approach and describing their ability of meeting the Government requirements. Respondents to this notice must provide enough information to demonstrate their capabilities provide this item. Responses shall be submitting in writing through email to U.S. ARMY CECOM, ATTN: FCDD-ISP-TR, Stanley Chan at Stanley.U.Chan.civ@mail.mil and to the Land and Maritime local DLA Competition Advocate at dla.apgmr@dla.mil. Responses to this notice should be submitted no later than close of business September 30, 2019. For more information, contact Stanley Chan Responses can apply to any or all of the items. Additionally, you may provide additional information to support your technical capabilities of manufacturing or supplying the components with similar complexity and functionality of the item specified above. If you are interested in assisting us with market research information for this item, please answer the below market survey questionnaire. We also appreciate any additional comments that will help us identifying potential manufactures or suppliers. Please complete the following questions. If a question does not apply, please enter N/A or non-applicable. •1) Provide a brief summary of the company and its core competencies. •2) Please provide the following Point of Contact information on all responses: •a. Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: Business Types: •3) Has your Company performed manufacturing and/or supplying to the item specified above or similar type effort in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? •4) Describe the qualifications of your engineering staff, who have experience in the design and production of the components with similar complexity and technology to the item specified above. •5) Describe your company's experience in identifying the test equipment for testing the components with similar complexity and technology to the item specified above. •6) Describe your company's experience in developing or updating a Technical Data Package. •7) Describe your company's experience in managing obsolescence issues. •8) Does your company maintain a Program and Assessment Tool to monitor and analyze the availability of components to allow clear and precise tracking of all obsolescence issues? If so, please elaborate on the Program and Assessment tool(s). •9) Describe your company's experience in identifying the alternatives for the unavailability of obsolete materials or components to mitigate obsolescence issues. •10) Describe your company's experience in re-designing an existing hardware component from a technical data package to meet specified Form, Fit and Function requirements. •11) Describe your company's experience in performing and completing First Article Testing (FAT) requirements for the components with similar complexity and technology to the item specified above within a specified timeframe. •12) Discuss your company's capability in meeting US Government contracting delivery requirements. The information received from this market survey will be evaluated by the Government for the purpose of planning to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business. The Government will also use the information, in part, to determine the best acquisition strategy for a potential procurement action and to assist in making future acquisition strategy decisions. The Government will not reimburse interested sources or responders to this notice for any information received and any costs incurred in responding, or for subsequent exchanges of information. Information submitted does not constitute a proposal and is not to be construed as a commitment by the Government, but will be considered an exchange of capabilities and ideas.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b7956cef9c685e000759f16dafc66b8)
 
Place of Performance
Address: Army CECOM, Logistics and Engineering Operations Directorate, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN05455660-W 20190925/190923231202-8b7956cef9c685e000759f16dafc66b8 (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.