Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2017 FBO #5808
SOURCES SOUGHT

10 -- Travel Lock Actuator

Notice Date
10/16/2017
 
Notice Type
Sources Sought
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - WRN (W56HZV)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-17-R-0186
 
Archive Date
11/4/2017
 
Point of Contact
Tommy J. King, Phone: 5862823573
 
E-Mail Address
tommy.j.king.civ@mail.mil
(tommy.j.king.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Description/Background: The Army Contracting Command (ACC) Warren, MI is seeking sources on behalf of TACOM-LCMC Fires and Infantry Support Product Support Integrated Directorate (PSID) to identify a source of re-manufacturing for the Travel Lock Actuator on the M109A6 and M109A7. This Sources Sought is for planning purposes only and shall not be construed as a solicitation or an obligation on the part of ACC - Warren or TACOM-LCMC Fires and Infantry Support PSID. The intent of this Sources Sought is to identify qualified vendors that have the knowledge and ability to repair and /or remanufacture Actuators without a government provided Technical Data Package and limited government technical direction. The vendor must be able to supply the labor, parts, materials, equipment, services and facilities needed to repair unserviceable Travel Lock Actuators to Army supply "condition code A" (serviceable - issuable without qualification), IAW the performance criteria and standards defining "condition code A" for that configuration. All unserviceable components and Actuators delivered to the contractor for overhaul are to be considered Government Furnished Equipment (GFE) in execution of this effort. All Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFAR) provisions regarding the marking, handling, storage, reporting, accounting, and reconciliation of GFE in the possession of a contractor shall apply. The repair, remanufacture will include: unpacking, disassembly, reassembly, inspection, diagnosis, removal, and replacement of subassemblies/component parts as necessary, replacement of identified wear components, reassembly, cosmetic work (as necessary), corrosion, calibration, final testing/inspection, acceptance, and packing for shipment. Only parts equivalent to new in performance shall be used in completing repairs/remanufacture. The vendor must have the ability to repair and test the following individual configuration, in bold with NSN, and the various parts listed below: TRAVEL LOCK ACTUATOR - NSN 3010-01-373-5945 Response: Response Format: Electronic responses are required in any of the following formats: Microsoft Word 2010 or earlier, Microsoft Excel 2010 or earlier, Microsoft PowerPoint 2010 or earlier or Adobe Acrobat. The maximum size of each e-mail message should be no more than three and one-half (3.5) megabytes. You may use multiple e-mail messages. The subject line must include the message number, (example: 1 of 3, 2 of 3, 3 of 3), and quote mark "TACOM-LCMC Fires and Infantry Support Product Support Integrated Directorate (PSID)" response to (Travel Lock Actuator). All interested firms, regardless of size, are encouraged to respond to this request for information. It is not necessary to respond to this market survey in order to be eligible for future contract awards. Responses shall be furnished to the government by NLT 1700 local EST 20 Oct 2017. Please submit electronic responses to this survey, as well as questions for clarification to: (tommy.j.king.civ@mail.mil) RESPONSES SHOULD INCLUDE: Cage Code: Company Name: Mailing Address: Company Website: Location of Facilities: Point of Contact: Phone Number: Fax Number: Email: Company business size and active System for Acquisition Management (SAM) information Disclaimer: This Sources Sought Notice is for informational purposes only. The information in this notice is subject to change and is not binding on the Government. This is not a request for proposal, does not constitute a solicitation, and shall not be construed as a commitment by the Government to purchase enhancements, hardware, or services for the TACOM-LCMC Fires and Infantry Support Product Support Integrated Directorate (PSID). Responses in any form are not considered offers and the Government is under no obligation to award a contract as a result of this announcement. Funds are NOT available to pay for preparation of responses to this announcement. Any information submitted by respondents to this Sources Sought Notice is strictly voluntary. Since this is not a request for proposal, respondents WILL NOT be notified regarding information obtained related to this Sources Sought Notice. Responses will not be returned nor will detailed feedback be made available. If and when a solicitation is issued, it will be posted on www.fbo.gov. It is the respondent's responsibility to monitor these sites for the releases of any additional market surveys, synopses or solicitations. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation and 18 U.S.C. §1905 to protect confidential information provided to the Government. Pursuant to this statute, the USG is willing to accept any trade secrets or proprietary restrictions placed upon data presented in response to this survey and to protect such information from unauthorized disclosure, subject to the following: •Data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified on what data is proprietary. •Mark only data that is truly confidential. •Do not mark data that is already in the public domain or is already in possession of the USG or third parties on an unclassified basis. Do not submit any classified data in response to this market survey. •Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: "PROPRIETARY PORTION BEGINS" and "PROPRIETARY PORTION ENDS." The Government is not responsible for the public disclosure of unmarked data received in response to this market survey. Accordingly, the potential offeror shall ensure that technical data provided in response to this market survey shall be appropriately marked (i.e. proprietary) to ensure proper Government handling of the data. Should the USG need to reproduce the protected data for distribution purposes between Government offices, all such data shall be reproduced with restrictive legends in place.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/24c00d86c7d48559b64aad1533581ccb)
 
Record
SN04714427-W 20171018/171016231012-24c00d86c7d48559b64aad1533581ccb (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.