Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOURCES SOUGHT

59 -- Fabrication of Printed Wiring Board (PWB) and Circuit Card Assembly (CCA)

Notice Date
12/12/2019 11:44:14 AM
 
Notice Type
Sources Sought
 
NAICS
334412 — Bare Printed Circuit Board Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-X-0975
 
Response Due
1/9/2020 1:00:00 PM
 
Archive Date
01/24/2020
 
Point of Contact
Gloria Thoguluva, Phone: 9737245366
 
E-Mail Address
gloria.thoguluva.civ@mail.mil
(gloria.thoguluva.civ@mail.mil)
 
Description
The U.S. Army Contracting Command - New Jersey, on behalf of U.S. Army Combat Capabilities Development Command - Armaments Center (CCDC AC), Indirect Fire Armament and Integration Division of the Weapons and Software Engineering Center (WSEC) at Picatinny Arsenal, NJ, is conducting market research to determine the capability of businesses to provide fabrication of printed wiring board (PWB) and circuit card assembly (CCA). The contractor would receive PWB and CCA drawings or drafts of drawings, CCA bills of materials (BOMs), and must be able to provide assembled CCAs turnkey from that data. The Government will also procure bare PWBs prior to assembly. PWBs may be rigid, flex, or rigid flex (hybrid). The Government may provide Government Furnished Equipment (GFE) to be assembled onto the CCAs being fabricated. Some PWBs and CCAs procured would require inspection and compliance to IPC-A-610 Class 2 or 3, with the certificates of compliance provided to the Government. The contractor must be capable of controlling documents with D: distribution statements. The contractor must support International Traffic in Arms Regulations (ITAR) compliant practices.DISCLAIMER“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.”BACKGROUND:The applicable NAICS code for this requirement is 334412 and 334418 with a Small Business Size Standard of 750 employees. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package demonstrating ability to provide the products/systems listed in this Technical Description. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Each potential source is requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of the PWBs and CCAs, as described above. Firms shall also provide point of contact information, where available, for the efforts cited above. In addition, please provide the firm’s name and address, point of contact with telephone number and email address, CAGE Code and DUNS number, and size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.). All data should be sent at no cost to the US Government.The official response must be submitted by January 9, 2020 to: U.S. Army Contracting Command - New Jersey, ACC-NJ-JA, ATTN: Robyn Mappa, Building 9, Picatinny Arsenal, NJ 07806. Electronic submittals are preferred and should be sent to Email: robyn.a.mappa.civ@mail.mil. Phone inquiries will not be addressed; all requests should be submitted in writing via email. Respondents will not be notified of the results of the survey. DO NOT SUBMIT CLASSIFIED MATERIAL.This is a market survey for information only, and shall not be construed as a request for a proposal or as an obligation on the part of the US Government. The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ecd08216df6f4af8991013c7fa8a0e1f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05515853-F 20191214/191212230311 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.