Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOURCES SOUGHT

58 -- Sources Sought for AN/ARC-220 High Frequency Radio System and AN/ARN-153 Advanced Digital Tactical Air Navigation System.

Notice Date
4/20/2017
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W15P7T) Division B, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
MARKET-SURVEY-6163-1
 
Archive Date
5/11/2017
 
Point of Contact
Chere Woodman, , Michael Monticello,
 
E-Mail Address
Chere.v.woodman.civ@mail.mil, Michael.l.monticello.civ@mail.mil
(Chere.v.woodman.civ@mail.mil, Michael.l.monticello.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Purpose: This Market Survey is issued to accomplish the following: a. The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) is seeking information from potential offerors with regard to AN/ARC-220 High Frequency Radio System and AN/ARN-153 Advanced Digital Tactical Air Navigation System. These services are considered performance-based. b. ACC-APG does not possess a Technical Data Package for the services. Any manufacturer, other than the approved source, interested in providing this material must also submit a complete Source Approval Request (SAR) package to be evaluated for future procurements. The SAR package will not be evaluated for the current acquisition. c. The Approved/Intended Source is Rockwell- Collins, Inc. CAGE: 13499. The table below lists the nomenclature and National Stock Numbers (NSNs) of the systems and components: Part Number NSN Nomenclature Quantity 622-8149-001 5826-01-386-8807 AN/ARN-153 RT-1625 159 2. Description: a. The applicable North American Industry Classification System (NAICS) is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a Small Business Size Standard in number of employees 1,250. b. The Government anticipates that this acquisition will be a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity type contract with an anticipated Period of Performance of a One Year Base Period with two twelve month Option Years. 3. This notice is for planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. The Government reserves the right to consider a total set-aside or a partial set-aside for small businesses or one of the small business preference groups (e.g., 8(a), HUBZone, SDVOSB, and WOSB, etc.). Any questions shall be submitted to the Contract Specialist via the email address listed below by the specified date. Any questions submitted after the specified date may not receive responses. 4. Responses to this Market Survey shall be submitted to U.S. Army Contracting Command-Aberdeen Proving Ground via e-mail to chere.v.woodman.civ@mail.mil. Please use Reference No. W56JSR15D0012 0003 when responding to this Market Survey. No telephone calls will be accepted. a. The closing date for this Market Survey is: 26 April 2017 b. The closing time for this Market Survey is: 10:00 AM, Eastern Time c. The deadline for submission of questions is: 24 April 2016 Guidance for Small Business Respondents. Small business firms having the capabilities to perform the tasking described in the DPWS for this Market Survey are encouraged to respond. Note: FAR Clause 52.219-14 (Limitations on Subcontracting). Response Format. Responses shall be prepared so that when printed, they meet the following requirements: 8.5x11 inch paper, single-spaced typed lines, 1 inch margins, 12 point Arial font. Tables may use 10-point font. Graphics or pictures are not allowed. Illustrations such as tables, flowcharts, organizational charts, process charts or other similar type informational charts may be used, and they will be counted against the page count limitations. Microsoft Word or Portable Document Format (pdf) shall be used. Instructions for Submitting Response. Responses shall include a Corporate Description Section and a Corporate Capabilities Section as described below. 1. Company name of respondent 2. State the respondent's size status and whether the respondent is registered in applicable NAICS code listed above. 3. Ownership, including whether: Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran Owned and/or Service Disabled Veteran-Owned Business; 4. Two Points of Contact, including: Name, title, phone, e-mail address, and website address 5. CAGE Code and DUNS Number 6. Affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime) 7. A list of customers for current and relevant work performed. The purpose is to demonstrate the prime's management infrastructure, capacity to procure and manage a level of effort which may include, but is not limited to, teaming arrangements, joint ventures, etc. that correspond to the technical tasking, relevant experience, and past performance. Respondents shall submit at least 1, and no more than 3, citations of current and relevant work performed: a. Current work is defined as work performed within the 5 years before the posting date of this Market Survey. b. Common aspects of relevancy include similarity of services/support, complexity, dollar value, contract type, and degree of subcontract/teaming. 8. This documentation must address, at a minimum, the following items: a. Identification of the contractor as a Large or Small business. If a small business, please identify as 8(a), HUB Zone, Disadvantaged, Women-Owned, or non-disadvantaged. b. Past performance for these items. The Contractor shall submit their part numbers, NSN, or nomenclature and the date of the last manufacturing effort of the same items for which they have manufacturing experience. Government contract numbers, if applicable, shall be provided. c. The contractor shall cite the quality standard (either Government or Industry) that shall be in place for this effort. d. The contractor must provide information to show that they possess, or shall possess, adequate experience, knowledge, production plant facilities (equipment, tooling, and space) to enable them, or their subcontractors, to support this item. Contracting Office Address: 6001 Combat Drive Aberdeen Proving Ground, Maryland 21004-1846 United States Place of Performance: Cedar Rapids, Iowa 52498 United States Primary Point of Contact: Chere Woodman Contract Specialist Chere.v.woodman.civ@mail.mil Secondary Point of Contact: Michael Monticello Contracting Officer Michael.l.monticello.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/20703de24e472f8626ec441aa9343060)
 
Place of Performance
Address: Cedar Rapids, Iowa, 52498, United States
Zip Code: 52498
 
Record
SN04479389-W 20170422/170420235123-20703de24e472f8626ec441aa9343060 (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.