Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2020 SAM #6840
SOURCES SOUGHT

J -- REMAN Traverse Bearing Assembly

Notice Date
8/19/2020 4:01:32 PM
 
Notice Type
Sources Sought
 
NAICS
811 —
 
Contracting Office
W4GG HQ US ARMY TACOM WARREN MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV19R0159
 
Response Due
9/1/2020 3:00:00 PM
 
Archive Date
09/16/2020
 
Point of Contact
Sophia L.Pace, Phone: 5862827589, Daniel J. Saffron, Phone: 5862822073
 
E-Mail Address
Sophia.L.Pace.civ@mail.mil, daniel.j.saffron.civ@mail.mil
(Sophia.L.Pace.civ@mail.mil, daniel.j.saffron.civ@mail.mil)
 
Description
Description/Background: The Army Contracting Command (ACC) - DTA (Detroit Arsenal), MI is issuing a Sources Sought Notice to identify sources of re-manufacturing (REMAN) for the Traverse Bearing Assembly. This Sources Sought is for planning purposes only and shall not be construed as a solicitation or an obligation on the part of ACC � DTA or the TACOM Bradley Fighting Vehicle System (BFVS), Opposing Forces Surrogate Vehicle (OSV), or the Main Battle Tank (MBT).� The intent of this Sources Sought is to identify qualified vendors that have the knowledge and ability to REMAN the Traverse Bearing Assembly without a Government provided Technical Data Package.� The vendor must be able to supply the labor, parts, materials, equipment, services and facilities needed to REMAN unserviceable Traverse Bearing Assemblies to Army supply �condition code A� (serviceable - issuable without qualification), IAW the performance criteria and standards defining �condition code A� for that configuration.� All unserviceable components and bearings delivered to the contractor for REMAN will be considered Government Furnished Equipment (GFE) in execution of the effort.� All Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFAR) provisions regarding the marking, handling, storage, reporting, accounting, and reconciliation of GFE in the possession of a contractor will apply.� The REMAN will include: unpacking, disassembly, reassembly,� inspection, diagnosis, removal, and replacement of subassemblies/component parts as necessary, replacement of identified wear components, reassembly, cosmetic work (as necessary), corrosion, calibration, final testing/inspection, acceptance, and packing for shipment.� Only parts equivalent to new in performance shall be used in completing the REMAN. The vendor must have the ability to REMAN and test the following individual configuration (in bold with NSN and the part number) listed below: Traverse Bearing Assembly NSN 3110-01-095-8792 P/N 12292058 RESPONSES SHOULD INCLUDE: 1. General Information Cage Code: Company Name: Mailing Address: Company Website: Location of Facilities: Point of Contact: Phone Number: Fax Number: Email: Company business size and active System for Acquisition Management (SAM) information: 1. Does the vendor has access to the latest proprietary technical data designated on the source control drawing? 2. Can the vendor reverse engineer and test the Traverse Bearing Assembly at no cost to the Government? Disclaimer: This Sources Sought Notice is for informational purposes only.� The information in this notice is subject to change and is not binding on the Government.� This is not a request for proposal, does not constitute a solicitation. Responses in any form are not considered offers and the Government is under no obligation to award a contract as a result of this announcement.� Funds are NOT available to pay for preparation of responses to this announcement.� Any information submitted by respondents to this Sources Sought Notice is strictly voluntary. Since this is not a request for proposal, respondents WILL NOT be notified regarding information obtained related to this Sources Sought Notice. Responses will not be returned nor will detailed feedback be made available. If a solicitation is issued for the REMAN Traverse Bearing Assembly, it will be posted on Beta.SAM.gov. It is the respondent's responsibility to monitor these sites for the releases of any additional market surveys, synopses or solicitations. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation and 18 U.S.C. �1905 to protect confidential information provided to the Government.� Pursuant to this statute, the USG is willing to accept any trade secrets or proprietary restrictions placed upon data presented in response to this survey and to protect such information from unauthorized disclosure, subject to the following: �Data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified on what data is proprietary. �Mark only data that is truly confidential. �Do not mark data that is already in the public domain or is already in possession of the USG or third parties on an unclassified basis.� Do not submit any classified data in response to this market survey. �Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file.� Proprietary information contained within the correspondence shall use the legends: �PROPRIETARY PORTION BEGINS� and �PROPRIETARY PORTION ENDS.� The Government is not responsible for the public disclosure of unmarked data received in response to this market survey.� Accordingly, the potential offeror shall ensure that technical data provided in response to this market survey shall be appropriately marked (i.e. proprietary) to ensure proper Government handling of the data.� Should the USG need to reproduce the protected data for distribution purposes between Government offices, all such data shall be reproduced with restrictive legends in place. Response: Response Format: Electronic responses are required in any of the following formats: Microsoft Word 2010 or later, Microsoft Excel 2010 or later, Microsoft PowerPoint 2010 or later or Adobe Acrobat. The maximum size of each e-mail message should be no more than three and one-half (3.5) megabytes. You may use multiple e-mail messages. It is not necessary to respond to this sources sought notice in order to be eligible for future contract awards. Please send responses or questions with subject �Traverse Bearing Assembly� to��Sophia.l.Pace.civ@mail.mil Primary Point of Contact: Sophia Pace Sophia.l.Pace.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d7d87bc37cb64ccbb4ee13ab4e35d373/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05766085-F 20200821/200819230207 (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.