Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2020 SAM #6733
SPECIAL NOTICE

70 -- SOURCES SOUGHT ANNOUNCEMENT - PM SAI TSP Extended Range A-Kits

Notice Date
5/4/2020 8:22:12 AM
 
Notice Type
Justification
 
NAICS
334417 — Electronic Connector Manufacturing
 
Contracting Office
IT CONTRACTING DIVISION - PL83 SCOTT AFB IL 622255406 USA
 
ZIP Code
622255406
 
Solicitation Number
PL832105042020
 
Archive Date
06/03/2020
 
Point of Contact
Tim S Still, Phone: 618-418-6462
 
E-Mail Address
timothy.s.still.civ@mail.mil
(timothy.s.still.civ@mail.mil)
 
Award Number
TBD
 
Description
SOURCES SOUGHT ANNOUNCEMENT � The Defense Information Systems Agency (DISA) is seeking sources for Project Manager, Sensors-Aerial Intelligence (PM SAI) Tactical Signals Intelligence Payload (TSP) Extended Range A-Kits. CONTRACTING OFFICE ADDRESS:� Defense Information Systems Agency, Procurement Directorate (PLD),� Defense Information Technology Contracting Organization (DITCO) - Scott, 2300 East Drive, AFB, IL, 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The PM SAI is seeking information for potential sources, to include resellers, capable of providing TSP Extended Range A-Kits, Part Number:� UWA16308-1, Nomenclature, Installation Kit, Tactical SIGINT Payload, Kit A, to support urgent government fielding requirements.� DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.� 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. CONTRACT/PROGRAM BACKGROUND: Contract Number:� W58RGZ-19-C-0027 Contract Type: �CPIF Incumbent and their size: �General Atomics Aeronautical Systems, Large Business Method of previous acquisition: �Only One Source, FAR 6.302-1 The TSP system is a signal intelligence (SIGINT) sensor system designed for operations aboard the MQ-1C Gray Eagle/Improved Gray Eagle Unmanned Aerial System. �The Gray Eagle/Extended Range Gray Eagle (GE or ER-GE) is the newest generation of Gray Eagle platform, which is a larger platform with a wider-wingspan.� The Army desires to equip the ER-GE with existing TSP systems, to provide emitter mapping and situational awareness to the commander. �However, in order to equip the ER-GE with the existing TSP systems, a modified A-Kit (lengthened wiring harness) must be procured, due to the longer wing-span of the ER-GE platform.� Presently, the modified A-Kit has recently completed Validation and Verification (V&V) testing resulting in the design being proven valid and acceptable for production and fielding.� Therefore, the Government has a need to procure approximately twenty (20) TSP Extended Range A-Kits to support urgent ER-GE fielding requirements.� This effort is targeted for award in 3rd-4th quarter, Government Fiscal Year 2020 and it is anticipated to be a Firm Fixed Priced (FFP) action. The Government is only interested in sources that can provide the TSP Extended Range A-Kit.� Since the A-Kit has just recently completed V&V testing an upgraded Bill of Material (BOM) and/or drawings are not readily available.� However, it is known that the part number is UWA16308-1, Nomenclature, Installation Kit, Tactical SIGINT Payload, Kit A and items within the kit include: - UWA13796-1, Panel, Connector, Wing Fillet, Right (New) - UWA78366-1, Cable Assy, TSP Power, Interface Right Wing (W2016) (New) - UWA76871-1, Cable Assy, TSP Antenna Right Wing (W2000), (Legacy Kit see Attachment 1) - UWA76429-1, Cable Assy, TSP Antenna Fuselage (W1001), (Legacy Kit see Attachment 1) Furthermore, to properly install the A-kit the following must also be provided: UWA22256-1, Panel, IGE, De-Ice Distributor, Antenna Mount (New) The TSP Legacy A-Kit part number is UWA16305-1 and is comprised of the BOM items included in Attachment 1, for reference. � REQUIRED CAPABILITIES: 1.� Performance:� TSP Extended Range A-Kit, Part Number:� UWA16308-1, Nomenclature, Installation Kit, Tactical SIGINT Payload, Kit A (will also require UWA22256-1, Panel, IGE, De-Ice Distributor, Antenna Mount for installation). 2.� Delivery:� Deliveries to commence as soon as possible after award of an order based upon vendor production lead time.� Vendor should stipulate product delivery timeline in their response. 3.� Delivery Rate:� Deliveries to be received at vendor production line rate due to urgent government fielding requirements commencing in October 2020.� Vendor should stipulate product delivery rate in their response, assuming a maximum number of twenty (20) A-Kits are procured by the Government. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 334417, Electronic Connector Manufacturing, with the corresponding size standard of 1,000 employees.� This Sources Sought Synopsis is requesting responses to the following criteria from businesses that can provide the required services under the NAICS Code.� To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. �This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies.� You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications.� Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). � SUBMISSION DETAILS: Responses should include: Business name and address; Name of company representative and their business title; Type of Business; Cage Code; Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle.� (This information is for market research only and does not preclude your company from responding to this notice.) Production lead time and delivery rate capabilities Vendors who wish to respond to this notice should send responses via email NLT 8 May 2020 4:00 PM Eastern Daylight Time (EDT) to: �robert.c.winkopp.civ@mail.mil and elizabeth.a.keele.ctr@mail.mil.� Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description.� Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked Proprietary will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All Government and contractor personal reviewing Sources Sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f29d08958666443bbbd8ab7d379e6e74/view)
 
Record
SN05644093-F 20200506/200504230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.