Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 20, 2024 SAM #8363
SOURCES SOUGHT

70 -- SMART-T TOU Procurement RTX

Notice Date
10/18/2024 6:31:25 AM
 
Notice Type
Sources Sought
 
NAICS
33411 —
 
Contracting Office
DLA LAND AT ABERDEEN ABER PROV GRD MD 21005 USA
 
ZIP Code
21005
 
Solicitation Number
RTN016435937
 
Response Due
10/25/2024 9:00:00 AM
 
Archive Date
11/09/2024
 
Point of Contact
Johnna Bursk
 
E-Mail Address
johnna.bursk@dla.mil
(johnna.bursk@dla.mil)
 
Description
SMART-T Terminal Operator Unit (TOU) Procurement 2025 Description: This is a sources-sought announcement only for informational and planning purposes and does not constitute a solicitation. This Request for Information (RFI) is being issued to accomplish market research and support planning for the below listed requirements. The Government will not pay for any information or reimburse any costs incurred in responding to this RFI. No solicitation is being issued at this time. All information submitted in response to this announcement is voluntary. Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP), if any is issued. If an RFP is released, it will be synopsized on the SAM.gov site. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Background: The Government is seeking interested contractors to provide hardware and software to support the Secure Mobile Anti-Jam Resilient Tactical Terminal (SMART-T) system.� Specifically, the Government seeks to procure the Terminal Operator Unit (TOU) which controls the SMART-T system. � The intended award will be executed under a new contract action.� The current TOU is procured from Raytheon and has the National Stock Number: 7021-01-643-5937.� The Government does not possess the technical data package (TDP) for the TOU. The TDP is not available for release.� The contractor must possess the necessary technical knowledge to manufacture the hardware and develop the software at the system level to ensure both compatibility and performance to the technical specification of the system. This includes but is not limited to the capacity to understand the integration of all associated components to the system specification level. The performance period for this effort is projected to commence on or about 01 January 2025. Please note that this is not a Request for Proposal. This notice is provided for planning purposes and is not to be construed as a commitment by the U.S. Government. Requirement: This Government requirement is to establish a hardware/software procurement contract for the SMART-T Terminal Operator Unit (TOU).� Request that interested contractors provide the following: 1. A description of your company's expertise and experience in manufacturing a SMART-T Terminal Operator Unit (TOU) and providing the necessary software for it to interface and control the SMART-T system.� 2. Describe, in general, your company's approach to developing the capability to manufacture this computer hardware and to develop the associated software with a performance period beginning January 1, 2025. Interested firms who believe they are capable of providing the above mentioned hardware/software are invited to indicate their interest by providing the following information to the contracting officer listed below: 1. Company name, company address, overnight delivery address (if different from mailing address, Cage Code, point of contact, e-mail address, telephone number, fax number. 2. Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc.) 3. Affirmation of cleared personnel. 4. A description of the company's expertise in providing manufacturing expertise and software development on the hardware as identified above. 5. The company's experience in meeting contractual due dates for similar type efforts. All responses shall be unclassified. All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. The experience/expertise description should be no longer than 5 pages. Send your response to the Contracting Officer, Johnna Bursk, via email to johnna.bursk@dla.mil, no later than 12:00 p.m. on October 25, 2024. No telephone or facsimile submissions will be accepted. Responses will not be returned nor will be considered by the Government as offers. Contracting Office Address: 6565 Surveillance Loop Drive Building 6001 Aberdeen Proving Ground, Maryland 21005 United States Primary Point of Contact: Johnna Bursk, Contracting Officer Johnna.bursk@dla.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ba401bc3cd18415a8fcd78e9e23b3d32/view)
 
Place of Performance
Address: MA, USA
Country: USA
 
Record
SN07244504-F 20241020/241018230104 (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.