Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
SOURCES SOUGHT

58 -- Sources Sought for Warfighter Information Network – Tactical (WIN-T) Increment 2 B16 Hardware Spares Procurement and Repair - Appendix B1

Notice Date
5/17/2017
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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-6183-1
 
Archive Date
6/22/2017
 
Point of Contact
James Urso, , Roger Louisaire,
 
E-Mail Address
james.v.urso.civ@mail.mil, roger.a.louisaire.civ@mail.mil
(james.v.urso.civ@mail.mil, roger.a.louisaire.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
List of NSNs for Procurement and Repair Warfighter Information Network - Tactical (WIN-T) Increment 2 B16 Hardware Spares Procurement and Remanufacture Requirement (Part B) This is a Request for Information (RFI) for planning and market research purposes only, and shall not be construed as a commitment by the Government. This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this RFI or reimburse any costs associated with the preparation of responses to this RFI. This RFI will be used to gather market research and to make decisions regarding the development of acquisition strategies. The Integrated Logistics Support Center(ILSC), Aberdeen Proving Ground, in support of Warfighter Information Network-Tactical (WIN-T) Increment 2, is considering soliciting a requirement for WIN-T Increment 2 Spares and Repair of Spares, managed by CECOM (B16), under NAICS 334220. If issued, the ILSC anticipates a Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) type contract using range quantity pricing. The Government may place orders for spares (new procurements) and repairs of unserviceable assets to serviceable condition. The contract will require the offeror to provide support for the commercial items in WIN-T INC 2 Appendix B1 - B16 NSNs for Procurement and Repair, which is subject to change. The period of performance (POP) for this requirement will be for a total period of five base years (from date of award). Shipping for new procurements and remanufactured items will be FOB Destination to New Cumberland Army Depot (NCAD). Please review the following Attachments: WIN-T INC 2 Appendix B1 - B16 NSNs for Procurement and Repair * Please be advised that the attached WIN-T INC 2 Appendix B1 - B16 NSNs for Procurement and Repair is subject to change * The Government does not have in its possession complete technical data. Offerors would be required to develop business relationships with the various subcontractors using the provided CAGE and part numbers to procure new items and repair unserviceable items. The Government intends to provide any available Engineering Data for Provisioning (EDFP), Technical Manuals (TMs) and Repair Parts and Special Tools Lists (RPSTLs) at the time of final Requests for Proposals (RFP). If interested please provide responses to the following questions below: 1. Please provide the following Point of Contact information: Company: Cage Code: Address: Point of Contact: Phone Number: Email Address: 2. Please identify your company's size standard based on the primary North American Industrial Classification System (NAICS) code of 334220. The Small Business Size Standard for this NAICS code is 750 employees. For more information, refer to: https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business (WOSB) Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business (VOSB) Service-Disabled Veteran-Owned Small Business (SDVOSB) 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the attached SOW? a) Under the current SB recertification regulations, do you anticipate your company remaining a SB, under primary NAICS Code 334220? b) If your company is awarded the contract, will your company combined with the other SB subcontractors on this effort will you be able to perform at least 50% (percent) of the work? 4. Does your company or through teaming arrangements possess the capabilities to provide and repair the NSNs identified in WIN-T INC 2 Appendix B1 - B16 NSNs for Procurement and Repair? Please identify by NSN which items your company (or teaming arrangements) can provide or repair. Identify any NSNs which you cannot provide or repair. 5. Please identify: a) Any items with monthly capacity issues b) Any estimated supply and repair turnaround times over 60 days. 6. No phone inquiries will be accepted. For any questions, please contact via e-mail Roger Louisaire at roger.a.louisaire.civ@mail.mil and James Urso at james.v.urso.civ@mail.mil. Please provide this information, via email to james.v.urso.civ@mail.mil no later than 10A.M. Eastern Standard Time (EST) on 07 JUN 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a61d8f5fb23be05a5a1df1fb2025c506)
 
Record
SN04511968-W 20170519/170517235039-a61d8f5fb23be05a5a1df1fb2025c506 (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.