Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2020 SAM #6763
SOURCES SOUGHT

L -- Repair, Test and Inspection of the Compass Set Control C-8121E/ASN

Notice Date
6/3/2020 10:49:02 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W5JSR20COMPASS
 
Response Due
7/3/2020 2:00:00 PM
 
Archive Date
07/18/2020
 
Point of Contact
Bonnie L Kolaya
 
E-Mail Address
bonnie.l.kolaya.civ@mail.mil
(bonnie.l.kolaya.civ@mail.mil)
 
Description
The U.S. Army Communications-Electronics Command (CECOM) and Product Realization Systems Engineering & Quality Directorate (PRD) is conducting this market survey notice to determine possible sources for the repair, testing and inspection of the Compass Set Control C-812E/ASN, National Stock Number (NSN) 5821-01-316-2739 for the UH-60 Black Hawk aircraft.� The Compass Set Control C-812E/ASN is required to synchronize (electrically and mechanically align) the Gyroscope Reference Navigational Compass Set AN/ASN-75 to the correct magnetic heading when the AN/ASN-75 is used in the SLAVED mode of operation or to provide set heading capability in the FREE mode of operation.� The Compass Set Control C-812E/ASN is manufactured by Honeywell International, Inc., CAGE 07187. The Government does not possess technical data (drawings or specifications) that completely define form, fit and function of the units. The Government does not have detailed technical data. A respondent must be able to prove to the Government how Depot level and field problems can be identified and corrected without the aid of detailed design drawings.� �Sources capable of repairing these units must indicate such by writing to: ���� Commander ����� U.S. Army Combat Capabilities Development Command (DEVCOM) ����� ATTN:� Product Realization Systems Engineering & Quality Directorate (PRD) ����� FCDD-IAP-AB ����� 6560 Surveillance Loop ����� Aberdeen Proving Ground, MD 21005. Notice, Response Due Date, and Points of Contact: This is NOT a Request for Quote or Proposal.� The Government does not intend to award a contract on the basis of this Sources Sought Announcement (SSA) or reimburse any costs associated with the preparation of responses to this SSA.� This SSA is for planning and market research purposes only, and shall not be construed as a commitment by the Government.� The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business.� Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and/or to assist in making acquisition strategy decisions in the future. All SSA responses should be emailed to the Technical Point of Contact at the email addresses listed below.� No phone inquiries will be accepted, either as a response to this action or for information requests.� All requests for information must be submitted via email to the Technical Point of Contact.�� �Please submit responses by: Technical Point of Contact: �� bonnie.l.kolaya.civ@mail.mil Requested Response Information: Sources that can provide the repair services sought are requested to submit information to show their capability to supply the same or similar services.� At a minimum, information submitted should include but is not limited to the following types of documentation: Questionnaire responses, drawings, test results, information on previous Government and commercial contracts, data rights, etc. In your response, please include your company name, CAGE code, and a technical point of contract with email address and telephone number. *********************************************** Contractor Questionnaire Respondents, please complete the following requests for information. If a numbered request 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: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: 3.� Describe your company's past (monthly, quarterly, or annual) performance in the repair of aviation navigation instruments within the last 5 years.� 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 your company�s current capability to perform repairs, test and inspect aviation navigation instruments, including material lay-in that may be required for an annual period of performance.� 5.� Describe the qualifications of your engineering staff, who have experience in the design and repair of applications similar in complexity and technology to this aviation navigation instrument. 6.� Describe your company's experience in identifying the test equipment for components similar in complexity and technology to what is used with this aviation navigation instrument. 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. Discuss your company's capability in meeting US Government delivery requirements for this specific product.� Provide information on existing screening method(s) to assess serviceability of aviation navigation instruments, bench stock of repair parts, turn-around time for repair and repair capability per month, provided assets are available. 11. Is your company interested in providing a long term or short term contractual solution?� Regarding contractual quantity/year types, what does your company envision?� (Example; fixed quantity, IDIQ, Option quantities, or years)?� Explain. 12. Do you have or keep aviation navigation instrument product(s) in stock?� Explain.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dc9c6f6ed51f489e937b5bbaaacadded/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05679684-F 20200605/200603230155 (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.