Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2012 FBO #3829
MODIFICATION

10 -- Market Survey to procure spare parts and hardware repair services to support and sustain the AN/TPQ-36(V)8 and (V)10 and AN/TPQ-46(V) Firefinder (FF) Radar Systems Operations Central (OC), also known as Operations Central Group (OCG)

Notice Date
5/17/2012
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-12-R-S703
 
Response Due
5/31/2012
 
Archive Date
7/30/2012
 
Point of Contact
Cathy Mortimer, 443-861-4794
 
E-Mail Address
ACC-APG - Aberdeen Division B
(catherine.mortimer.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT (SSA) WHICH SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT, INVITATION FOR BIDS, REQUEST FOR QUOTATIONS, OR A REQUEST FOR PROPOSALS. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ACQUIRE ANY PRODUCTS OR SERVICES, NOR DOES THE GOVERNMENT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. All responses will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this SSA. Furthermore, this request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Statement of Work/Performance Work Statements and/or Statement of Objectives. Interested parties are responsible to adequately mark proprietary, restricted or competition sensitive information contained in their response accordingly. This SSA is a market survey to identify additional sources of supply for the U.S Government's requirements which consist of a Life of Type Buy to procure spare parts in addition to acquiring hardware repair services to support and sustain the AN/TPQ-36(V)8 and (V)10 and AN/TPQ-46(V) Firefinder (FF) Radar Systems Operations Central (OC), also known as Operations Central Group (OCG), for U.S Army and Marines, and Foreign Military Sales (FMS) Customers. The current source of supply is Northrop Grumman Systems, Corp. Interested sources shall submit written request for the list of requirements with associated required delivery schedule via email addressed to all Point of Contacts (POCs) identified below and must comply with the following requirements: Identification of contractor as a large or small business and type (HUB Zone, 8(a), Women-Owned, or Non-Disadvantaged). Provide Production and/or Repair Past Performance data on any NSNs identified above and/or similar NSNs; along with associated previous contract history for these NSNs or similar NSNs, if applicable. Specify date of last production/manufacturing and/or repair efforts for these items and indicate whether a change in production line has occurred since last production run. Provide back-up information to demonstrate availability of adequate production and/or repair facility and resources (experienced personnel with training acquired and years of experience with manufacturing and/or repairing item(s), necessary equipment and tooling, space etc.) to successfully perform and satisfy the Government's requirements within the desired delivery schedule. Provide current quality standard certification and quality standard that would be in-place for contractual efforts; specify date certification was obtained and/or revalidated if applicable. Provide capability statement with supporting detailed technical, logistical and managerial back-up data to demonstrate parts of the requirement in which interest lies in. Potential source must identify its proposed lead time for delivery schedule from contract award if Government desired delivery schedule cannot be met. Indicate whether item(s) of interest will be manufactured and/or repaired in the Continental United States (CONUS) or Outside Continental United States (OCONUS) and if so, specify location of production facility. Indicate availability of latest technical documentation for items of interest in case such data cannot be supplied by the Government. Responses to this SSA must be unclassified. Interested sources possessing the capability of meeting all of the requirements or any parts of the requirements and conditions outlined above must so indicate by responding via email to all POCs identified herein. All submissions must include full company names, Point of Contacts (POCs) to include, name, position, office and mobile telephone numbers and email address. All interested sources are encouraged to respond to this SSA by providing the requested information noted above No Later Than (NLT) Close of Business 29 May 2012, 1600 Eastern Daylight Time. All proprietary and restricted information shall be clearly marked accordingly. All responses and inquiries pertaining to this announcement shall be forwarded via email to all of the following POCs: Ms. Laurie Martinez, Laurie.A.Martinez10.civ@mail.mil, Nicole Cantave, Nicole.Cantave.civ@mail.mil; Daniel Webster, Daniel.M.Webster4.civ@mail.mil; Catherine.Mortimer.civ@mail.mil. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed via email only to all the above POCs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2812980b7f51c9d360d14ba32982bfed)
 
Place of Performance
Address: ACC-APG - Aberdeen Division C HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02751809-W 20120519/120518001612-2812980b7f51c9d360d14ba32982bfed (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.