SOURCES SOUGHT
59 -- US Army AN/TSC-183A NSN 5895-01-559-1209 Combat Support Service Very Small Aperture Terminal (CSS-VSAT)
- Notice Date
- 3/12/2014
- 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-5577-1
- Response Due
- 4/16/2014
- Archive Date
- 5/16/2014
- 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: Mr. Kenneth Vereb, Electronics Engineer, (443) 395-1205 Kenneth.m.vereb2.civ@mail.mil Sources of supply and Maintenance services sought for US Army AN/TSC-183A Combat Support Service Very Small Aperture Terminal (CSS-VSAT) less than SOLNBR greater than N/A This market survey is to identify potential sources of supply and Maintenance Services for the following: AN/TSC-183A Combat Support Service Very Small Aperture Terminal (CSS-VSAT) NSN 5895-01-559-1209 less than SOLNBR greater than N/A The US ARMY CECOM is conducting this market survey notice to determine possible sources of supply and maintenance services for the AN/TSC-183A Combat Support Service Very Small Aperture Terminal (CSS-VSAT) satellite communications system. This Market Survey is for information ONLY, and will be used for preliminary planning purposes. NO proposals are being requested or accepted with this synopsis. This is NOT a solicitation for proposals and NO contract shall be awarded from this survey. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The AN/TSC-183A is a variant of the L-3/GCS Hawkeye IIe VSAT and is currently provided by L-3/GCS. The US Army is conducting this Market Survey to determine potential interest of prospective supply and service providers in a contract to provide repair parts (approximately 67 unique items) to the Army Supply System. and for DEPOT level overhaul and repair (O&R) services for the AN/TSC-183A Combat Support Service Very Small Aperture Terminal (CSS-VSAT) satellite communications system. The repair parts include but not limited to a 1.2 M Carbon Fiber Dish, Block UpConverter (6 Watt) (BUC), Low-Noise Block downconverter (LNB), Feed assembly various circuit cards for positioning and control, i-connect modem e800, Panasonic Toughbook, and other associated hardware and cables, The US Army has approximately 3700 systems deployed throughout the world with various CSS units. Interested manufacturers/vendors should understand that any of these items supplied must be form, fit and functional equivalents of and be completely interchangeable with items supplied by L-3/GCS. The repair parts for the system are limited to repair parts used at the Field Level of Maintenance, only. Contractor will also provide DEPOT Level support for all other components of the CSS-VSAT; to include repairing complete terminal units; replacing repair parts deemed DEPOT level repair, and conducting overhaul of systems as required. This can be completed through RESET Program, Condition Based Replacement, general upgrades as required by government, or other program. A respondent must be able to prove to the Government how Depot level and field problems can be identified and corrected without the aid of detailed design drawings. Manufacturers/vendors not currently qualified as Approved Sources of Supply will also be required to qualify their product(s) via the First Article Test (FAT) requirements stipulated Prospective manufacturers/vendors may be required to warrant that items they supply will perform satisfactorily when used in the intended application by the military Interested sources must submit the following information, NLT 16 April 2014, to Mr. Kenneth Vereb, (443) 395-1205, AMSRD-RDER-PRA-ED, kenneth.m.vereb2.civ@mail.mil: (1)What are your current fabrication and/or manufacturing capacities? The contractor must provide information to show that he possesses, or shall possess, adequate fabrication/production plant facilities (equipment, tooling, and space) to enable him, or his subcontractors, to perform supply and maintenance functions. (2)Current and/or Past Performance for this or similar items. Provide some evidence of past/current contracts with the DoD. The contractor shall submit their part number, NSN, or nomenclature and the date of the last manufacturing effort of the same or similar items for which they have production experience. Government contract numbers, if applicable, shall be provided. (3)State the warranty that will be supplied. (4)State whether the company you represent is foreign or American owned. (5)Identification of the contractor as a Large or a Small Business. If a Small Business, please identify as an 8(a), HUB Zone, Disadvantaged, Women-Owned, or non-disadvantaged. (6)Do you plan to participate as a prime or team\sub? This market survey does not constitute a solicitation and shall not be construed as commitment by the Government. kenneth.m.vereb2.civ@mail.mil Commander, USACECOM, ATTN: AMSRD-RDER-PRA-ED (VEREB), Building 6007 Room 3 floor 140 Pod 28, Aberdeen Proving Ground, MD 21005 CECOM POC Kenneth Vereb
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6fd61b99e4bf2febf8f1339272e5b902)
- 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
- SN03308735-W 20140314/140312234858-6fd61b99e4bf2febf8f1339272e5b902 (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 |