Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOURCES SOUGHT

59 -- NGATS Spares and Repairs

Notice Date
2/1/2018
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN18X01FQ
 
Archive Date
2/23/2018
 
Point of Contact
miluska lewis, Phone: 9737244206
 
E-Mail Address
miluska.p.lewis.civ@mail.mil
(miluska.p.lewis.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Next Generation Automated Test System (NGATS) Hardware Maintenance and Calibration The U.S. Army Contracting Command - New Jersey (ACC-NJ), in support of U.S. Army Armament Research, Development and Engineering Center (ARDEC) Automated Test Systems Division (ATSD), Picatinny Arsenal, NJ is currently seeking sources for providing spares parts, instrument repair and calibration services for the Next Generation Automated Test System (NGATS) in both the Limited Rate Initial Production (LRIP) and Full Rate Production (FRP) configurations. This Sources Sought Notice is for planning purposes only and shall not be construed as a solicitation or Request for Proposal (RFP) or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice. In preparation for a possible future procurement, ACC-NJ is issuing this notice to explore a breakout strategy for this requirement. ARDEC-ATSD is interested in exploring the market capability to support this effort and determine if a competitive environment exists. The Statement of Objectives identified for this requirement is as follows: The ARDEC-ATSD objective is to procure hardware and services to support to the fielded NGATS systems. The contractor, as the total Product System Provider (PSP) shall be tasked with the responsibility for timely and efficient Depot repair of NGATS parts/modules to maintain and sustain NGATS to an Operational Availability (A) of 95% as required by the Users. The contractor will be responsible for coordinating with original equipment manufacturers (OEMs) for the expedited maintenance, repair and calibration of NGATS commercial instrumentation and sub assemblies. The contractor shall be responsible for the tracking, managing and shipping of all items. Interested parties shall submit a brief capability statement demonstrating how they are capable of performing this requirement. Standard corporate brochures are not desired. The capability statement should include the following: company name, address, telephone number, email address, technical point of contract, DUNS number, Cage Code and company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business), and technical description of the ability to meet the requirement. This Sources Sought Notice is for information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. If a formal solicitation is generated at a later date, a Request for Proposal (RFP) will be published. If a RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this website for additional information pertaining to this requirement. The Government is not obligated to notify respondents of the results of this survey. All information submitted will be held in a confidential status. Information provided will not be returned. TELEPHONE INQUIRIES/SUBMISSIONS WILL NOT BE ACCEPTED. The Government will accept questions via email ONLY. The Government is not seeking, and will not accept, unsolicited proposals. Responders are advised that the Government is not responsible and will not pay for any information or administrative costs incurred in responding to this notice. All submissions are requested to be made within seven (7) calendar days from the date of this publication, via electronic mail to both Points of Contact (POCs) for this action: Miluska (Mila) Lewis, Contract Specialist, email: miluska.p.lewis.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0bade295a26e66f347f7a2333aa58c7c)
 
Record
SN04807145-W 20180203/180201231618-0bade295a26e66f347f7a2333aa58c7c (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.