SOURCES SOUGHT
58 -- Market Survey for Supplies for Guardrail AN/ARW-88: ESA and Legacy Core payload
- Notice Date
- 4/24/2013
- Notice Type
- Sources Sought
- 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
- MARKET-SURVEY-5433-1
- Response Due
- 5/15/2013
- Archive Date
- 6/23/2013
- Point of Contact
- Tineka C. Davis, 443-861-5439
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(tineka.c.davis.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- FOR MORE INFORMATION PLEASE CONTACT: David Voth, Electrics Engineer, 443-861-2104 david.j.voth2.civ@mail.mil The purpose of this market survey is to locate potential sources to provide all of the parts identified in this market survey to support Guardrail Program ESA (Enhanced Situational Awareness) subsystem and Legacy Core payload. Northrop Grumman, CAGE Code 28815, is the original equipment manufacturer of the following parts. COMPARATOR,SIGNAL; NSN 5895-01-165-2116; Part # 10-161780-1 COMPUTER,DIGITAL; NSN 7021-01-233-0345; Part # 10-166607-1 SWITCH,RADIO FREQUENCY; NSN 5985-01-522-6151; Part # 10-208981-1 Merrimac Industries, CAGE Code 12457, is the original equipment manufacturer of the following part. COUPLER,DIRECTIONAL; NSN 5985-01-472-4852; Part# HJ-0.3K (this part must meet additional integration requirement for a 3 nanosecond to 8 nanosecond group delay). This procurement will be a three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, possibly with options to extend the period of performance, with an estimated order quantity of five to ten units for each part over the life of the contract, procured via Firm Fixed Price (FFP), range quantity pricing may be requested. Item Unique Identification (IUID) and Radio Frequency Identification (RFID) will apply. The system integrator, NGC, possesses the ESA and legacy core payload system specifications for the parts. NGC also possesses the related level-3 detailed drawings for the parts. Prospective sources must be able to prove that the parts to be delivered will enable the ESA and legacy core system to satisfy the requirement in the Government's specification and enable the ESA and legacy core payload to satisfy the requirement in the NGC specification. No Government-Furnished Equipment (GFE) or Government-Furnished Property (GFP) will be provided to sources to execute the contract. Sources must be able to fulfill orders upon contract award, with production lead time allowed for long lead materials and production ramp-up. Reverse engineering is not applicable to this effort. This effort does not require any security clearances nor access to classified resources. All interested potential sources must prepare a response (in Microsoft Word, Adobe Acrobat, rich text or text format) no greater than 10 pages in length, specifying their ability to supply the parts as required by the USG. Include knowledge of the GUARDRAIL weapon system and past history in support of this subsystem at a minimum. The response or related questions must be sent via email to david.j.voth2.civ@mail.mil by 15 May 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d86e28e4104bcf12430a636efefbd966)
- Place of Performance
- Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN03044562-W 20130426/130424234743-d86e28e4104bcf12430a636efefbd966 (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 |