MODIFICATION
59 -- NGATS Spares and Repairs
- Notice Date
- 5/2/2018
- Notice Type
- Modification/Amendment
- 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
- W15QKN-18-X-027H
- 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) Spares 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, for the Next Generation Automated Test System (NGATS) through this Sources Sought Notice (SSN). This Sources Sought Notice (SSS) is to identify potential manufacturing/supply sources having an interest in, and resources, to support the potential requirement to provide spares for NGATS to support fielded systems. This Sources Sought Notice (SSN) is issued with the intent to issue Solicitation late this FY. The Solicitation will restrict spare parts to the OEM where designated. The authority for restriction will be FAR 6.302-1, as applied under (c) - Application for Brand Name Description. The authority will be used because several spares have features of a product, peculiar to the OEM that the Government requires. Although certain spares are restricted to the OEM as described herein, the overall requirement is anticipated to be competitive as a third party can compete by purchasing the required OEM spares from the OEM, and manufacturing the other spares that are not required to be purchased by the OEM. OEM's for certain spares are listed in attachment 0002. The capability statement should indicate the contractor's ability to procure spares from the Original Equipment Manufacturer (OEM), and to construct the other spare requirements against build to print drawings. The statement should detail production/manufacturing capacity of spares, and those of the OEM. Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the manufacture/purchase of the spares. Generally, this entails the procurement/manufacture of component parts, inspection, testing, preservation/packaging, and shipping. Also, the capability statement should demonstrate the contractor's strategy for each part, and experience in fabricating and delivering items all spares (see attachment 0001). Some drawings have associated distribution C and D markings. The Government will furnish these drawings only after a fully executed DD2345 (attachment 0003), Non-Disclosure Agreement (attachment 0004), and Technical Data Questionnaire 1350 (attachment 5) is sent to the contracting officer, and deemed appropriately accomplished. In addition to the above, the capability statement should also 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. Based on the responses to this sources sought Notice/market research, this requirement may be set-aside for small businesses. 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, as 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 fourteen (14) calendar days from theo origianl date of publication (April 27, 2018) via electronic mail to Point of Contact (POC) 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/3288b3555098de9a4cf50cf41ae20973)
- Record
- SN04908923-W 20180504/180502231421-3288b3555098de9a4cf50cf41ae20973 (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 |