Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2020 SAM #6818
SOLICITATION NOTICE

16 -- ""UPDATE"" DRAFT REQUEST FOR PROPOSAL (RFP) A-KITS

Notice Date
7/28/2020 9:35:24 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-20-R-0063
 
Response Due
7/15/2020 12:00:00 PM
 
Archive Date
08/04/2020
 
Point of Contact
Eddie Lee Gordon, Tarshalyn Sanders
 
E-Mail Address
eddie.l.gordon6.civ@mail.mil, tarashalyn.m.sanders.civ@mail.mil
(eddie.l.gordon6.civ@mail.mil, tarashalyn.m.sanders.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
>>>>>>>>>>>>>>>>>>>UPDATE TO DRAFT<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<< The Questions and Answers have been posted as an attachement, SEE:�(A-kit Draft RFP Questions and Responses (07282020), and due to the delay this Draft notice will be extened 1 week until August 4th 2020 1600hrs est. Please be advised that the official RFP will be soon to follow, stay tuned! 01 July 2020 Draft Request for Proposal (RFP) for Airframe Modification Kit (A-kits) Manufacture NAICS: 336413 Other Aircraft Parts and Auxiliary Equipment Manufacture THIS IS A DRAFT RFP ONLY.� This Request for Proposal (RFP) is hereby posted for �preliminary planning purposes in accordance with Federal Acquisition Regulation (FAR) Part 10. The Army Contracting Command � Redstone Arsenal, AL intends to issue Small Business Set-Aside solicitation restricted to small businesses located in the Huntsville-Decatur-Albertville Combined Statistical Area as defined in the Office of Management and Budget (OMB) Bulletin No. 18-04, dated 14 September 2018, for manufacture of hardware. THIS NOTICE IS NOT AN OFFICIAL REQUEST FOR PROPOSALS.�� This announcement does not commit the Government to solicit or award a contract now or in the future.� Interested parties may identify their interest and capability by responding to this notice.� Respondees are hereby �advised that the US Government will not pay for any information or administrative costs incurred in response to this DRAFT RFP.� ALL costs associated with responding to this RFP will be solely at the expense of the interested party. The Government will consider all information received prior to the closing date of this notice. Purpose: The Product Manager Air Warrior (PM AW) is seeking to identify interested contractors capable of providing manufacture of airframe modification kits, also known as A-kits, for installation of the Air Soldier System components onto rotary wing aircraft.� The A-kits can generally be grouped into three types: Advanced Sight and Display Computer collectors, Encryptable Aircraft Wireless Intercom System collectors and Aviation Information System collectors. The US Government is looking for interested sources capable of manufacture and kitting an indefinite quantity over the next five years. Background: The A-kits provide the wiring harnesses, mechanical brackets, fasteners, and connectors for installation of Air Soldier System line replaceable units. The US Government is looking for small businesses capable of manufacture of wiring harnesses, mechanical brackets, and procurement and kitting of items into a kit in accordance with the modification work order or drawing. The US Government will provide the technical data package for each A-kit manufacture. The US Government requires the manufacturer to be capable of the following: Employ a quality system IAW ANSI/ASQ/ISO 9001 and ISO 17025 or equivalent system. Fabrication and soldering of electrical and electronic assemblies IAW ANSI/J-STD-001, Class 3, with acceptance IAW IPC-A-610, Class 3, (or equivalent as agreed between the contractor and the government). Fabrication and acceptability of soldering of cable and wire harness assemblies IAW IPC-A-620, Class 3, (or equivalent as agreed between the contractor and the government). The contractor shall include tin whisker mitigation plans IAW GEIA-STD-0005-2, �Standard for Mitigating the Effects of Tin Whiskers in Aerospace and High Performance Electronic Systems� at control level 2B. For tin whisker mitigation at control level 2B, the contractor shall: (1) flow this requirement to its suppliers and sub-tier suppliers; (2) review supplier designs to identify any usage of pure tin; and (3) monitor supplier designs for potential introduction of pure tin. �� The US Government is interested in manufacturer�s capabilities possessing the standards delineated above and any impacts to the manufacturer, if required and applicable, to meet standards above. The RFP includes two sample technical data packages representative of the configurations of A-kits to be included on any future solicitation. The TDP packages are as follows: PDF's marked TDP1 are CH-47 AWIS A-Kit, and PDF's marked TDP2 are UH-60M A-Kit 1051772-10. Instructions:� �Request that interested parties provide �questions, concerns or comment �in relation to this �DRAFT RFP NLT 15 July 2020 1400hrs/2:00pm CST; to Eddie Gordon via email eddie.l.gordon.civ@mail.mil �and Tarshalyn M. Sanders via email tarshalyn.m.sanders.civ@mail.mil . �Telephone inquiries will not be accepted or acknowledge. All feedback regarding such will be before the RFP official closing date of 30 July 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6fb069a8aa914cbca207b33e380df093/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05736243-F 20200730/200728230141 (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.