SOURCES SOUGHT
J -- Repair of VOSS Components: Lens, Camera (modified Canon) NSN 6760-01-614-4061 & NSN 6760-01-663-6075; and Camera System, Recon (modified Sony) NSN 6720-01-600-9644
- Notice Date
- 11/4/2020 11:23:00 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
- PANAPG-21-P-0000-002764
- Response Due
- 11/18/2020 2:00:00 PM
- Archive Date
- 12/03/2020
- Point of Contact
- Jimmy H Dinh, Phone: 4438614866, Keith Harvey, Phone: 4438612967
- E-Mail Address
-
jimmy.h.dinh.civ@mail.mil, keith.d.harvey2.civ@mail.mil
(jimmy.h.dinh.civ@mail.mil, keith.d.harvey2.civ@mail.mil)
- Description
- Army Contracting Command - Aberdeen Proving Ground (ACC-APG) intends to acquire repair services for the following VOSS Parts: Lens, Camera (modified Canon) NSN 6760-01-614-4061 (YJ20X8.5) Lockheed Martin PN 025-2085-000 & NSN 6760-01-663-6075 (KJ20x8.2B ITS-REG) Lockheed Martin 025-2085-001; and/or Camera System, Recon (modified Sony, DXC-390) NSN 6720-01-600-9644 Lockheed Martin PN 330-0033-002.� This effort is planned for a five year Indefinite Delivery Indefinite Quantity (IDIQ) contractual agreement.� ACC-APG understands these items are no longer in production, however we currently possess over 200 Canon Lens NSN 6760-01-614-4061 and over 200 modified Sony Cameras NSN 6720-01-600-9644 to be repaired; these components are at varying levels of damage and/or in need of some type of repair.� The determination to repair is made following the offeror�s funded Test and Inspection report; at which point the U.S. Government would direct the offeror in what recommended repair is desired.� It is important the Offeror clearly states the desired approach to the repair and focuses on the failure only � upgrades and suggest end of life replacements need to be clearly separated from the failed item.� Consideration would be given on the requirement for upgrades and end of life items as will cross leveling of usable components for these repair.� Timelines in the PWS of these repairs can be adjusted as the offeror better understands the U.S. Government position and differing levels of repair. �A copy of the PWS is attached to allow offerors to better understand the requirement.� The current ACC-APG�sustainment requirement of the Lens, Camera (slightly modified Canon, Lens YJ20X8.5 & KJ20x8.2B ITS-REG) and the Camera System, Recon (slightly modified Sony, Camera DXC-390) for Army Units is thru FY2035.� Therefore, beyond the current systems on hand in need of repair, ACC-APG�will maintain this contract for the entire 5 year period for future system failures.� These repairs will not be required on cosmetic defects, such as faded, chipped, scratched, dented, or nicked hardware, or any other cosmetic damage resulting from normal and customary use providing that the damage does not affect the usage or intended purpose of the system; no bare metal shall be exposed. Touch up paint is acceptable. Offeror shall clean all units that have been found or restored to a serviceable condition.� ACC-APG�s intent is to maintain these systems as long as possible with a current failure rate of approximately 5 - 15 each per year. �ACC-APG is open to consider other options that can address the sustainment and the best way to complete these repairs over the 5 years period. The VOSS is a remotely-controlled, gyro-stabilized, telescoping, high-resolution, zoom capable multi-sensor (daylight camera, night vision camera, thermal imaging camera) surveillance system that uses existing commercial camera technology. The purpose of this survey is to locate sources that have the capability to repair these components of the VOSS Assembly as well as provide repair data for tracking and management of their repair actions.� This survey is published in compliance with Federal Acquisition Regulation (FAR) Part 10, (Market Research).� This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. �The U.S. Government assumes no financial responsibility for any costs incurred in responding or in any subsequent exchange of information. Answering this Market Survey Please address the following questions in your response (ref Lens, Camera (slightly modified Canon) NSN 6760-01-614-4061 (YJ20X8.5) & NSN 6760-01-663-6075 (KJ20x8.2B ITS-REG), Lockheed Martin PN 025-2085-000 & 025-2085-001; and/or Camera System, Recon (slightly modified Sony, DXC-390) NSN 6720-01-600-9644, Lockheed Martin PN 330-0033-002): Does the offeror currently possess the test and inspect equipment, or can gain these resources to identify the failed components within the stated system?� (Specific to the Sony camera is a ribbon cable and circuit card that allows the lens to be mounted separate from the housing, which can be government furnished if the offeror requires this for the repair.) What does the offeror feel will be the greatest challenges in repairing these systems? Does the offeror feel there is enough commercial inventory of the major components to sustain a five year contract (~300 systems � slightly modified Sony Camera NSN 6720-01-600-9644 and Canon Lens 6760-01-614-4061)?� If not what are the offeror�s recommended mitigation strategies and how long do they feel these systems can be maintained? Would consideration need to be made for an end of life purchase of spare assist in reducing repair risk? What quantities would the offeror desire per month for repair, to meet their work force structure and keep these repairs consistent over the 5 years of this effort? Responses to this market survey will be used for informational purposes only.� This is not a screening information request or request for proposal of any kind.� The U.S. Government is not seeking or accepting unsolicited proposals. The U.S. Government will not pay for any information received or costs incurred in preparing the response to the market survey.� Therefore, any cost associated with the market survey submission is solely at the interested vendor's expense. The purpose of this market survey is to solicit statements of interest and capabilities from industry, including small businesses, service-disabled veteran-owned small businesses and 8(a) certified firms. Potential vendors should provide information, data or documentation, which shows that they have previously repaired these components stated above. �Information received will be reviewed for form, fit and function.� All proprietary and restricted information shall be clearly marked. All responses to this market survey should be emailed to the Technical Point of Contact Keith Harvey, keith.d.harvey2.civ@mail.mil, 443-861-2967 or 410-588-9004(c). Technical questions regarding the requirements in this market survey may be sent to the Technical Point of Contact.� Please include the announcement number in your e-mail.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3c3684e8f7e844ab954dec30b2c4277a/view)
- Record
- SN05846340-F 20201106/201104230140 (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 |