SOURCES SOUGHT
R -- RE-PROGRAM SELECTIVE AVAILABILITY ANTI-SPOOFING MODULE (SAASM)
- Notice Date
- 9/10/2020 5:02:25 AM
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-20-REPROGRAM-SAASM
- Response Due
- 9/24/2020 12:00:00 PM
- Archive Date
- 10/09/2020
- Point of Contact
- Andrew Craig Mitchell, Phone: N/A, Fax: N/A
- E-Mail Address
-
Andrew.C.Mitchell1.civ@mail.mil
(Andrew.C.Mitchell1.civ@mail.mil)
- Description
- DESCRIPTION The U.S. Army Communications- Electronics Command (CECOM) Security Assistance Management Directorate (SAMD)�has a�potential Foreign Military Sales (FMS) requirement for the Country of Thailand. Army Contracting Command- Aberdeen Proving Ground (ACC-APG) is issuing this sources sought notice as a means of conducting market research to identify sources with an interest in, and industry technologies capable of, reprogramming the Selective Availability Anti-Spoofing Module (SAASMM) within the Signal Data Converter (SD) CV-3338B of the ASN-128 Doppler Navigation System. Results of this market research will help determine the method of procurement if the above requirement materializes. The potential requirement may be sole-source to the current SD CV-3338B manufacturer, may be set-aside for small businesses in full or in part (all small business set-aside categories will be considered), or procured through full and open competition.� Telephone inquiries shall not be accepted or acknowledged, and no feedback or evaluations will be provided. DISCLAIMER THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)�, DOES NOT CONSTITUTE A SOLICITATION, AND SHALL NOT BE CONSTRUED AS A GOVERNMENT�COMMITMENT FOR THE�REQUIREMENTS DESCRIBED ABOVE. 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 IS STRICTLY VOLUNTARY, AND�RESPONSES WILL NOT BE RETURNED. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY IS/ ARE ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT - WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT. PROGRAM BACKGROUND CECOM SAMD is designated the implementing agency�s executive for this FMS effort. In accordance with the assignment(s), CECOM SAMD provides the following: � If your company has the potential to fulfill the requirement described above, please provide: 1) Organization name, address(es), email address(es), website address(es), telephone number(s), and size and type of ownership for the organization 2) Capability statements addressing the requirement. If significant subcontracting or teaming is anticipated, organizations should address the administrative and management structure of such arrangements. ELIGIBILITY The applicable NAICS code for this requirement is 334220 -�""Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing"". Businesses of all sizes are encouraged to respond; each respondent must clearly identify business size in their capabilities statement. Interested parties�will submit a capabilities statement of no more than three (3) pages in length, in Times New Roman font of not less than 10 pitch. Additional material(s) may be submitted in the form of specification sheets, items descriptions, and product presentations, and without page limit(s). All response(s) must be submitted not later than�3 PM Eastern Standard Time (EST)�on 4 September 2020. All responses under this Sources Sought Notice must be e-mailed to ANDREW MITCHELL, Contract Specialist with ACC- APG, Division D- Branch E, via email address: Andrew.C.Mitchell1.civ@mail.mil. Documentation must address the following, at a minimum: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can your company,�or has your company managed a task of this nature? If so, provide details. 3.) What specific technical skills does your company possess which ensure the�capabilities to perform tasks? 4.) Please note that under a Small-Business Set-Aside the small business prime must perform at least 50% of the work themselves (in terms of the cost of performance: see Federal Acquisition Regulation (FAR) 52.219-14). Provide an explanation of your company�s ability to perform at least 50% of the tasks described. 5.) Provide a statement including current small/ large business status and company profile, to include number of employees, annual revenue history, office locations, CAGE code,�DUNs number, etc.. 6.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. If the Government determines that this requirement will be an unrestricted competition, ACC- APG intends to evaluate Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement(s), shall be electronically submitted to Contract Specialist ANDREW MITCHELL via email address: Andrew.C.Mitchell1.civ@mail.mil, in either Microsoft Word or Portable Document Format (.pdf). All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2683b1f552f74936ba4bb19a293a2692/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05793951-F 20200912/200910230153 (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 |