Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2014 FBO #4752
SOURCES SOUGHT

99 -- VARIOUS CH-47 ITEMS

Notice Date
11/26/2014
 
Notice Type
Sources Sought
 
Contracting Office
ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-15-R-0000
 
Response Due
12/11/2014
 
Archive Date
1/25/2015
 
Point of Contact
chele hinds, 256-876-7853
 
E-Mail Address
ACC-RSA - (Aviation)
(chele.hinds@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The Army Contracting Command-Redstone, Aviation Logistics Directorate, ATTN: CCAM-ALA/Janet Guyette, Contracting Officer, email: janet.c.guyette.civ@mail.mil, Bldg 5303, Martin Road, Redstone Arsenal, AL 35898-5280 is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the following CH-47 items: Item #NOUNNSNP/NNAICS 1Multi-Function Display1260-01-544-9822822-1796-001334419 2Multi-Function Display1260-01-611-2440822-2796-001334419 3Control Display Unit6610-01-544-9828822-1729-003334511 4Control Display Unit6610-01-611-3114822-2538-001334511 5Power Supply Module6130-01-545-0375822-1850-001335999 6Power Supply Module6130-01-611-3108822-2487-001335999 7Video Processing Module5836-01-545-0765822-2017-001334118 8Video Processing Module5836-01-591-1755822-2017-002334118 9Emergency Control Panel5821-01-546-4907622-9194-001334220 10DTU-7100 Data Transfer Unit5895-01-580-0121822-2429-001335931 11Data Concentrator Unit5895-01-545-07675443000-001335931 12Standby Flight Display6610-01-598-6052501-1851-3402334511 13Air Data Computer 40006610-01-592-33299200-30000-062334511 14DICS (ICU)5895-01-544-9823599-3100-017335931 15DICS (ICU)5895-01-620-0416899-3100-017334412 16LPCAP5895-01-545-0897599-1200-003335931 17LPCAP5895-01-620-0313899-1200-003334412 18Mass Memory Server-2 (MMS-2)7025-01-613-2079903209-1334614 19Computer Sys Dig (DAFCS)7010-01-549-4958724VS100-2334111 20*DAFCS Container8145-00-499-980813414-125336413 * The DAFCS Container is Navy managed. We are looking for concurrent repair with the computer NOT to replenish stock on hand. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to these procurements are shown in table above. NOTE: THERE IS NO SOLICITATION AT THIS TIME. 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 government assumes no financial responsibility for any costs incurred. Life Cycle Contractor Support Requirements: The Contractor shall provide configuration management, consumables, Contractor program management, Contractor maintenance database, depot-level component repair and services, engineering services support, infrastructure, equipment, facilities, labor, maintenance, material, packaging, Engineering Change Proposal, performance tracking of hardware and software, personnel, piece parts, product assurance, refurbishment/rework, repair parts, services, shipping, software support, spare parts, supply services, system component support, systems, tools, transition, transportation, and other logistical support resources deemed necessary to support and sustain the Chinook Weapon System and its components. See chart above for list of components. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. In accordance with FAR 10.001(b), interested parties should submit minimum information necessary. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by response date as indicated. ATTENTION****ALL FORMAL COMMUNICATION RELATED TO THIS ACQUISITION MUST BE DIRECTED TO: Janet Guyette, Contracting Officer; email: janet.c.guyette.civ@mail.mil. No telephone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4e825c7d80402907686d8fb767765419)
 
Place of Performance
Address: ACC-RSA - (Aviation) ATTN: CCAM-ALA/Janet Guyette, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03583295-W 20141128/141126234628-4e825c7d80402907686d8fb767765419 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.