SOURCES SOUGHT
J -- Sources Sought for Contract of Services for STARLite ER, AN/ZPY-1A
- Notice Date
- 4/18/2023 4:47:52 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- PANAPG-23-P-0000-002550
- Response Due
- 5/15/2023 1:00:00 PM
- Point of Contact
- Steven Chris Webb
- E-Mail Address
-
steven.c.webb14.civ@army.mil
(steven.c.webb14.civ@army.mil)
- Description
- The U.S. Army Communications-Electronics Command (CECOM) is conducting this market survey to locate potential sources for the AN/ZPY-1A Small Tactical Radar Lightweight (STARLite) Extended Range (ER) Synthetic Aperture Radar/Ground Moving Target Indicator (SAR/GMTI) program. This survey is intended to locate and provide technical services in the functional areas of Diminishing Manufacturing Sources and Material Shortages (DMSMS) monitoring and mitigation; Provisioning/Design Change Notice (DCN); Test Equipment Services; Mission Assurance; and Contract Administration/ Operations Security (OPSEC) Plan, as well as Test & Inspect (T&I), and Repair capability of the following National Stock Number NSNs for the STARLite program. The Government does not possess technical data (drawings or specifications) that completely define form, fit and function of the units. 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 based on this Sources Sought Announcement (SSA) or reimburse any costs associated with the preparation of responses to this SSA. This 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. Requested Response Information: Required services include, but not limited to, inspect, test, repair, package, mark, and ship parts; satisfy Item Unique Identification (IUID) requirements; comply with security requirements, up to and including SECRET; submit Contract Manpower Reporting data; provide on-call technical support; track, manage, and maintain any provided Government Furnished Property; track part obsolescence; and provide Configuration change documentation. The contractor shall provide technical support for the NG components to Government and Government-support personnel within and outside of the United States. This is the second task order on an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a period of performance of one (1) year. Each task order shall be performed on a Cost-Plus-Fixed-Fee (CPFF), Firm Fixed Price (FFP), Cost no Fee, or Cost Reimbursable (CR) basis and will be delineated on each contract line item for each task order. The U.S. Government (USG) has the STARLite ER system-level specification, but no or limited related technical data such as engineering drawings for the parts. The USG does not possess the technical data package (TDP) for the parts. The manufacturer of the parts possesses the detailed and complete technical data. Prospective sources must be able to prove that the supplies or services to be delivered will enable the STARLite ER platform to satisfy the requirement in the Government's specification. No Government-Furnished Equipment (GFE) or Government-Furnished Property (GFP) will be provided to sources to execute the contract. Sources must be able to fulfill orders upon contract award, with production lead time allowed for long lead materials and production ramp-up. Reverse engineering is not applicable to this effort. Potential sources must also resolve diminishing manufacturing sources and material shortages or obsolescence issues. In your response, please include your company name, CAGE code, and a technical point of contract with email address and telephone number. The response or related questions must be sent to the Technical Point of Contact via email at steven.c.webb14.civ@mail.mil with the subject line �STARLite Sources Sought Response�. No phone inquiries will be accepted either as a response to this action or for information or questions prior to submission of your response. The deadline for response to this notice is 15 May 2023. Contractor Questionnaire Please complete the following questions. If a question does not apply, please enter N/A or non-applicable. All interested potential sources must prepare a response (in Microsoft Word or Adobe Acrobat) no greater than 10 pages in length, specifying their ability to provide required services the above listed supplies as required by the USG and Include the following information, at a minimum: Provide the following information: Company Name: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: NACIS Code: DUNS Number: Date of incorporation Website address Describe your company's past performance in the manufacturing and providing technical support, engineering, and repair services of these supplies in the past. If available, provide Contract Number, Contract Performance Period, Point of Contact(s), e-mail address, phone number, and a brief description of your direct support of the effort. Provide evidence of the contractor's facilities, qualifications of people in production, testing, calibration and experience with providing required services to the supplies listed above. Provide total available square footage of the facility, and floor space usage for each department consisting of Engineering, Material Handling, Manufacturing, and G&A efforts that shall be dedicated to this program. Provide knowledge of the STARLite ER weapon system and past history with build and repair of supplies in support of this system. Provide Information/data/documentation which show that your company has previously provided technical support and engineering services for these supplies or detailed information illustrating your company�s capabilities and resources to manufacture and repair these exact supplies. Describe your company's experience in identifying the alternatives for the unavailability of obsolete materials or components to mitigate obsolescence or diminishing manufacturing sources/material shortages issues. Does your company maintain a Program and Assessment Tool to monitor and analyze the availability of components to allow clear and precise tracking of all obsolescence issues?� If so, please elaborate on the Program and Assessment tool(s). Discuss your company's capability in meeting U.S. Government delivery requirements for this specific product. Do you have product(s) or keep products in stock?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/044f0e9e6156485dbd8df649848b6b1d/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06654846-F 20230420/230418230127 (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 |