SOURCES SOUGHT
99 -- TOCNET G4 Repair Return
- Notice Date
- 11/5/2024 7:33:26 AM
- Notice Type
- Sources Sought
- Contracting Office
- W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- W912CH-24-TOCNETG4
- Response Due
- 11/19/2024 7:00:00 AM
- Archive Date
- 12/04/2024
- Point of Contact
- Haley Finazzo, John Sarti
- E-Mail Address
-
haley.a.finazzo.civ@army.mil, john.m.sarti2.civ@army.mil
(haley.a.finazzo.civ@army.mil, john.m.sarti2.civ@army.mil)
- Description
- Request For Information, (RFI) Army Contracting Command, in support of Program Management Office Light Armored Vehicles (PMO LAV), is seeking market research data relating to a potential requirement to repair the components described and listed in this RFI. PMO LAV seeks sources that can demonstrate the capability to repair the listed line replaceable (LRU) components of the Tactical Operations Center Intercommunications System (TOCNET) Generation 4 (G4) intercom system and return repaired components to the United States Marine Corps (USMC) supply system on a jointly agreed to schedule, yet to be determined. The specific LRU components to be repaired and the anticipated annual repair quantities (ARQ) are: List of Components to be Repaired Part Number ����������� NSN��������������������������� Item Name����� ����������������������������������� �������� ARQ 1. 5494200-001������� '7035016969137�������� HUB,NETWORK������������������������������������������ 7 2. 5494250-001������� '5895016977482�������� COMMUNICATIONS CENTRAL,� � � � � � � � � 5 � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � TANDEM SWITCHING CENTER 3. 5494150-001������� '5998016976989�������� PRINTED CIRCUIT BOARD� � � � � � � � � � � � �7 4. 5494475-001������� '5895016978409�������� INTERFACE UNIT,� � � � � � � � � � � � � � � � � � � � 7 � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � COMMUNICATIONS EQUIPMENT 5. 5494464-021������� '6220016977319�������� CONTROL,ELECTRIC LIGHT� � � � � � � � � � � 7 6. 5494464-022������� '6220016980029�������� LIGHT SUBASSEMBLY,� � � � � � � � � � � � � � � � 7 � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � LIGHT INDICATOR Potential vendors are requested to describe their repair capabilities, with substantiating artifacts, that document the ability to repair these components and meet established performance requirements within the limitations described. The USG does not own and therefore cannot provide the Technical Data Package (TDP) for the TOCNET G4 system. Response to this survey is voluntary and no reimbursement will be made for any costs associated with providing information in response to this market survey. Data submitted in response to this market survey will not be returned. QUESTIONNAIRE It is a requirement of this sources sought notice that potential responders be a United States (US) company and possess the means to properly store and work on information and hardware classified at the SECRET/No Foreign Nationals (NOFORN) level. Respondents must mark proprietary information in accordance with the Disclaimer (Section 6) portion of this notice.��� Data submitted in response to this will not be returned.� This is NOT a request to seek contractor interest in being placed on a solicitation mailing list. Respondents shall not be notified of the results of the sources sought or results of information submitted. Telephone or email inquiries will not be honored.� If you feel your company is capable of establishing a repair capability within six months of potential award that will repair and return TOCNET G4 LRU components, as condition code A, within sixty days. Vendor will not have access to diagnostics, repair procedures, technical data, firmware, and parts identification please provide responses to the following questions: Is your firm currently capable of testing, repairing and delivering the TOCNET G4 components listed above? If so, please provide timelines with milestones to demonstrate potential turn-around-times (TAT). If not, provide your firm�s plan to have this capability after any potential award, including a schedule detailing the timeline and methodology to meet requirements. Describe your experience with production of intercom system LRU components and system firmware or similar assets.� Describe your experience upgrading and repairing intercom systems for ground combat vehicles. Please provide timelines to demonstrate potential turn-around-times (TAT). What is your experience in repairing TOCNET G4 components from other programs and what is the risk associated with this effort? Please provide timelines with milestones to demonstrate potential turn-around-times (TAT) and critical process/decision points. Describe your facilities, tools and equipment that you use to upgrade and repair intercom system components referenced in question number 2 above. Provide your facility clearance and what level of classification you process at your contract facility. Describe how your company handles Classified and Sensitive Compartmented Information (SCI) data. Response must discuss information, facilities, materials, equipment, and personnel. If your existing production/upgrade lines will not be used for this effort, please specify where and in what facility (new construction, sub-contractor facility, etc.) they would be made. Include descriptions of the facilities, tools and equipment that will be used. Please include timelines and milestones. What is your firm�s lead time for repairing and upgrading these or similar assets?� Please respond in calendar days.� What is your firm�s maximum repair production capability per month for this potential effort? Describe your Quality Management system (QMS). Is your company International Organization Standardization (ISO) 9001 certified? If not, what quality plan do you operate under? Please explain how it is utilized in relation to the components in question #1. Describe your approach to in-house quality testing to include test facilities and��� fixtures.� Does your firm have experience with First Article Testing (FAT)?� If so, please provide a summary of this experience. Describe your experience working with Defense Contract Management Agency (DCMA). Provide program names and contract numbers relating to this experience.� Include the functions DCMA participated in (contract management, quality assurance, test, acceptance, etc.). Describe your organization�s experience with National Security Agency (NSA) and Information Assurance certification? Describe your company�s capability to track Government Furnished Property. Describe your company�s ability to conduct root cause analysis to determine failure modes and fault isolation when required. 5. RESPONSES: Response Format: Electronic responses are required in any of the following formats: Microsoft Word or Adobe Acrobat. Font size no smaller than 12. Responses must include the question number associated with the applicable answer. Spell out acronyms in their first instance. Contractors must mark Proprietary information in accordance with the Disclaimer section of this notice. The sources sought response shall NOT exceed 50 pages.� Submittal will be in text format only. Do not send pictures, graphics, etc. All interested firms, regardless of size, are encouraged to respond to this request for information. It is not necessary to respond to this market survey to be eligible for future contract awards. Responses shall be furnished to the Government by 19 November 2024 at 10 AM EST.� Please submit electronic responses to this survey to haley.a.finazzo.civ@army.mil. If the contractor chooses to send proprietary information in its response, please email haley.a.finazzo.civ@army.mil to request a DOD Safe link to use for submission to protect their information.� Please title contractor response as �Response TOCNET G4 LRU component repair.�� Please do not send any classified responses. Responses must include: Cage Code Company Name Mailing Address Company Website Location of Facilities Point of Contact Phone Number Fax Number Email Company business size and active System for Acquisition Management (SAM) information 6. DISCLAIMER: This Sources Sought Notice is for informational purposes only. The information in this notice is subject to change and is not binding on the Government. This is not a request for proposal, does not constitute a solicitation, and shall not be construed as a commitment by the Government to purchase enhancements, hardware, or services for the Family of Light Armored Vehicles. Responses in any form are not considered offers and the Government is under no obligation to award a contract as a result of this announcement. Funds are NOT available to pay for preparation of responses to this announcement. Any information submitted by respondents to this Request for Information Notice is strictly voluntary. Since this is not a request for proposal, respondents WILL NOT be notified regarding information obtained related to this Request for information Notice. Responses will not be returned nor will detailed feedback be made available. If, and when, a solicitation is issued, it will be posted on www.sam.gov. It is the respondent's responsibility to monitor these sites for the releases of any additional market surveys, synopses, or solicitations. Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation (18 U.S.C. �1905) to protect confidential information provided to the Government. Pursuant to this statute, the USG is willing to accept any trade secrets or proprietary restrictions placed upon data presented in response to this survey and to protect such information from unauthorized disclosure, subject to the following: � Data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified on what data is proprietary. � Mark only data that is truly confidential. � Do not mark data that is already in the public domain or is already in possession of the USG or third parties on an unclassified basis. Do not submit any classified data in response to this market survey. � Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: �PROPRIETARY PORTION BEGINS� and �PROPRIETARY PORTION ENDS.� Disclaimer: The Government is not responsible for the public disclosure of unmarked data received in response to this market survey. Accordingly, the potential offeror shall ensure that technical data provided in response to this market survey shall be appropriately marked (i.e. proprietary) to ensure proper Government handling of the data. Should the Government need to reproduce the protected data for distribution purposes between Government offices, all such data shall be reproduced with restrictive legends in place.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/00a61404ba8f4c85b8f84335d946ce0e/view)
- Place of Performance
- Address: Warren, MI, USA
- Country: USA
- Country: USA
- Record
- SN07257819-F 20241107/241105230107 (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 |