SOURCES SOUGHT
99 -- Repair and Services for the Secure Mobile Anti-Jam Reliable Tactical-Terminal (SMART-T), NSN: 5895-01-530-6459 and repairable parts
- Notice Date
- 5/21/2021 2:00:29 PM
- Notice Type
- Sources Sought
- NAICS
- 33599
—
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- SMART-T5834-2
- Response Due
- 6/11/2021 9:00:00 AM
- Archive Date
- 06/26/2021
- Point of Contact
- Guillermo Riveros, Bradley Holtzapple
- E-Mail Address
-
Guillermo.A.Riveros2.civ@mail.mil, Bradley.Holtzapple@dla.mil
(Guillermo.A.Riveros2.civ@mail.mil, Bradley.Holtzapple@dla.mil)
- Description
- This request for Sources Sought Announcement (SSA) is released for purposes of conducting market research to identify additional sources for the repair of SMART-T system NSN: 5895-01-530-6459 repairable Line Replaceable Items (LRUs): Requirements Description: The SMART-T is an essential element to the WIN-T fleet of systems by providing the WIN-T INC 1 fleet with specialized communication capabilities.�Services requested under this SSA include depot maintenance repair of the SMART-T Line Replaceable Units (LRUs) listed below.� If a firm requirement should surface, a Firm Fixed Price (FFP) and / or Indefinite Delivery, Indefinite Quantity (IDIQ) contract may be considered as a contracting vehicle and a formal Request for Proposal (RFP)/Solicitation will be published on FedBizOps (FBO) Page to notify industry. The USG CANNOT guarantee specific requirement for repair and services. However, minimum projection is currently estimated at a total quantity of 200 units for repairs. It is highly encouraged that interested sources fully capable of satisfying potential repair and/or services for this item identify and submit their best economic range quantity to achieve repair and manufacture cost savings as part of responses to this announcement for consideration.� Although a source control drawing, performance and finish specifications exist, these documents will be provided ONLY if and when the USG release a RFP/Solicitation. Detailed data for repair and/or manufacturing, inspections and test procedures and other documentation pertaining to the existing design will not be supplied by the Army as they are not available. � � � � � �NAME� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � NSN Digital Data Transmitter (DDT)� � � � � � � � � � � �7035-01-588-8175 Elevation Motor� � � � � � � � � � � � � � � � � � � � � � � �6105-01-500-9865 CONVERTER AC-DC� � � � � � � � � � � � � � � � � � �5998-01-534-1487 CCA, XDR Receiver� � � � � � � � � � � � � � � � � � � �5998-01-534-0495 CCA, LDR Modem� � � � � � � � � � � � � � � � � � � � ��5998-01-613-2667 CCA, XDR Synthesizer� � � � � � � � � � � � � � � � � �5998-01-602-8644 Multivolt Power Supply (TEU)� � � � � � � � � � � � �5998-01-534-0891 CCA, APCU� � � � � � � � � � � � � � � � � � � � � � � � � � �5998-01-439-8394 TRANSCEIVER� � � � � � � � � � � � � � � � � � � � � � � �5820-01-506-3228 CHARGER,BATTERY� � � � � � � � � � � � � � � � � � �6130-01-440-1304 CCA LDR Baseband� � � � � � � � � � � � � � � � � � � � 5998-01-602-8646 Azimuth Motor� � � � � � � � � � � � � � � � � � � � � � � � � 2920-01-498-4625 CCA, Backplane� � � � � � � � � � � � � � � � � � � � � � � �5998-01-534-2256 CCA, XDR Modem� � � � � � � � � � � � � � � � � � � � � �5998-01-534-0542 CCA, XDR BASEBAND� � � � � � � � � � � � � � � � � �5998-01-602-9069 Handheld Terminal Unit (HTU)� � � � � � � � � � � � �7021-01-486-4072 Terminal Operator Unit (TOU)� � � � � � � � � � � � � 7021-01-643-5937 MicroCrystal Oscillator� � � � � � � � � � � � � � � � � � �5998-01-440-1315 Remote Operator Unit (ROU)� � � � � � � � � � � � � 7021-01-486-4073 Requested Response Information: Sources that can repair the listed parts are requested to submit information to show capability. At a minimum, information submitted should include but is not limited to the following and the questionnaire at the end of this document. In your response, please include your company name, CAGE code, and a technical point of contract with email address and telephone number.� This information should be provided in the Contractor Questionnaire which is contained within or in an attachment form as part of this sources sought announcement. 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 SSA or reimburse any costs associated with the preparation of responses to this SSA. This Sources sought announcement (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 and Competition Advocate Points 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 and the Competition Advocate. Contractor Questionnaire Please complete the following questions. If a question does not apply, please enter N/A or non-applicable. Provide a brief summary of the company and its core competencies. 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: Affirmatively address ability to repair these items with evidentiary data. Past Performance on repairing these items and/or similar items specifying Part Number(s), National Stock Numbers (NSNs) and last repair and/or manufacture date(s). Identify specific USG contract number(s), if applicable. Otherwise, identify source of acquisition for repairing these items if not obtained from the approved source; indicate nomenclature(s) of any other end-items in which any of the above listed LRUs are configured into and part of, if known. Summary of repair provided whether as a direct supplier to the USG or as a Supplier/Vendor to a Contractor with a direct USG contract. If the latter, provide copies of Purchase Orders (POs) from the approved source as a Supplier/Vendor or a statement from the approved source demonstrating that the Supplier/Vendor can, in fact, successfully deliver specification compliant repaired units. Provide statement with supporting data to demonstrate company�s readiness assessment to successfully repair compliant units to meet form, fit, and function requirements when integrated into the next higher assembly and for its intended function. Specify Average Lead Time (ALT), from Days after Contract (DAC) award, to conduct unit inspection and Test & Evaluation (T&E) to identify failures and associated corrective repair actions or determination of Beyond Economic Repair (BER). Indicate, post T&E, whether repairs would be classified under specific categories e.g., Minor, Major or otherwise. Specify respective lead time to perform repairs post T&E, for each classification type/repair category identified under Para. 1g above as applicable, to return failed asset to Serviceable Condition Code A (Fully Spec Compliant unit). Identify best economic range quantities for cost savings for repair of new units. Supply electronic copies of documentation such as validated test specifications, inspections and final acceptance procedures and associated test results demonstrating compliance with the item�s drawing and specifications. Indicate specific quality standard, e.g. ISO (International Organization for Standardization) Certification or National, source uses for repair operations. Address any foreseen risk with repairing of these items and associated mitigation plan. Identify any need for Government Furnished Equipment and provide justification for such need. Identification of current status as a Large Business or Small Business Concern. Small Business Concerns must specify their Representation and/or Socio-Economic Category such as: Small Business (SB), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB) and Economically Disadvantaged Women-Owned Small Business (EDWOSB), 8(a) Business Development Program or Historically Underutilized Business Zone (HUBZone) Program. Specify U.S. Government security level currently held at location efforts would be executed. Indicate if any portion of this effort will be performed outside of the U.S and if so name of company and specific location. Interested sources�are encouraged to respond to this SSA by providing the Information requested herein, on or before�June 11, 2021. All response submissions MUST be concurrently submitted in writing, using both Email addresses indicated below, and shall include a cover page identifying: Company name, Address, Point of Contacts Names, Email addresses, Office and Mobile numbers. Interested Sources�responding to this SSA shall be responsible to adequately label �PROPRIETARY� or �CONFIDENTIAL or �BUSINESS SENSITIVE� marking as appropriate in their responses. All requests for additional information shall be made in writing via Email ONLY.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/aec0ed25644d4551abbc302d0dd8ffe9/view)
- Record
- SN06010327-F 20210523/210521230109 (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 |