SOURCES SOUGHT
58 -- Procurement of Joint Tactical Terminal (JTT)
- Notice Date
- 2/14/2014
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment 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-14-R-JTT1
- Response Due
- 3/14/2014
- Archive Date
- 4/15/2014
- Point of Contact
- Hung Le, 443-861-2461
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(hung.q.le4.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 REQUEST FOR THIS INFORMATION BY THE GOVERNMENT 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 SSA OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. All responses will be treated only as information for the Government to consider. Those responding will not be entitled to payment for direct or indirect costs that they incur in developing a response 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 to procure over a period of three years up to two hundred and ten (40-210) terminals, Satellite Communication AN/URC-145A(V)1, aka Joint Tactical Terminal - Integrated Broadcast Service (JTT-IBS), National Stock Number 5895-01-610-6535, Part Number (P/N) 3014-0000-03-3. These transmit / receive capable UHF satellite communications terminals would be non-developmental items (NDI). This effort is not built-to-print of the current system. The systems must meet the latest requirements of the Common Interactive Broadcast (CIB) and Common Message Format (CMF) standards, and meet Type 1 encryption with specific algorithm / key requirements. The Government possesses Joint Tactical Terminal (JTT) system level performance specifications that include legacy message translations and IBS-Simplex/SAVILLE interoperability. The software package and technical drawings available for informational use by qualified sources. Required services include production, engineering, quality assurance, maintenance, logistics requirements, security compliance up to and including SECRET; program management; on-call technical support; tracking, managing, repairing and maintaining Government Furnished Property; and providing, as required, configuration change documentation. Customers for this system would be the U.S. Army, Navy, Air Force, and potentially other agencies and Foreign Military Sales (FMS) Customers. The customers will fund procurement of their terminals. The current source of supply is DRS Defense Solutions, Beavercreek, OH. Contractors who believe they possess the requisite experience and expertise to meet these requirements should respond by indicating their interest and provide sufficient information or documentation to indicate how the requirements would be met. Responses may include a capability statement, evidence of having developed similar systems, a proposal, and / or a quotation for the effort in writing. Interested sources shall submit their responses 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 specific parts of the requirement where the contractor's interest lies. * Potential source should identify its proposed lead time for delivery schedule from contract award if Government desired delivery schedule cannot be met. * 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. Item(s) of interest will be manufactured and/or repaired in the Continental United States (CONUS). Responses to this SSA must be unclassified. Interested sources possessing the capability of meeting any or all 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 14 Mar 2014. 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 Kailyn Bloom, kailyn.n.bloom.civ@mail.mil, or Mr. Hung Le, hung.q.le4.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/84adc31b07b183556cd850948a266086)
- 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
- SN03289200-W 20140216/140214234048-84adc31b07b183556cd850948a266086 (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 |