Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2019 SAM #6590
SOURCES SOUGHT

99 -- Enhanced Medium Altitude Reconnaissance and Surveillance System (EMARSS)

Notice Date
12/13/2019 7:32:24 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
PANAPG-20-P-0000-002568
 
Response Due
1/6/2020 12:00:00 PM
 
Archive Date
01/07/2020
 
Point of Contact
Chris Webb, Kenneth P. Batz
 
E-Mail Address
steven.c.webb14.civ@mail.mil, kenneth.p.batz.civ@mail.mil
(steven.c.webb14.civ@mail.mil, kenneth.p.batz.civ@mail.mil)
 
Description
Market Survey for Enhanced Medium Altitude Reconnaissance and Surveillance System (EMARSS) CLASSCODE: NAICSCODE: OFFICE ADDRESS: US Army, CECOM ILSC, IEW&S Directorate, Building #6006, 6580 Surveillance Loop, Aberdeen Proving Ground, MD 21005Sources Sought Announcement (SSA) for Contract of Services for EMARSS, AN/ASQ-240CONTACT: Chris Webb, Mechanical Engineer, C5ISR PRD steven.c.webb14.civ@mail.milSOURCES SOUGHT ANNOUNCEMENTDISCLAIMER:This Request for Information (RFI) is issued for informational purposes and market research only, it does not constitute a solicitation. The Government will not reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting. The information provided may be used by the Government in developing its acquisition strategy, statement of work/statement of objectives, and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response. No classified, confidential, or sensitive information shall be included in the response.DESCRIPTIONThe purpose of this market survey is to locate potential sources to be the Product Support Integrator (PSI) for all variants of the Enhanced Medium Altitude Reconnaissance and Surveillance System (EMARSS) Mission Equipment Payload (MEP) listed below. The PSI must be ready to execute services and establish teaming agreements or subcontract arrangements with all sources of supply and repair needed to sustain these variants immediately upon contract award. The scope of support covers the four EMARSS variants and all associated Class II and IX repairable and consumable items for the following NSNs:Item 1: EMARSS-S, NSN:5895-01-610-7044, Type Designator: AN/ASQ-240(V)1, CAGE CODE: 77272Item 2: EMARSS-M, NSN:5895-01-632-0919, Type Designator: AN/ASQ-240(V)2, CAGE CODE: 05395Item 3: EMARSS-V, NSN: 5895-01-632-0928, Type Designator: AN/ASQ-240(V)3, CAGE CODE: 4HVG5 Item 4: EMARSS-G, NSN: 5895-01-632-0918, Type Designator: AN/ASQ-240(V)4, CAGE CODE: 05395 Required services include, but are not limited to, inspect, test, and repair of all reparable items; reset/overhaul, deep clean, test, inspect, repair and testing of MEP; verify, preserve, package, mark, and ship parts to CONUS/OCONUS, Units and sub-vendors; procure reparable and consumable (Class IX) parts and support equipment; inventory management, stock, store and issue parts; satisfy Item Unique Identification (IUID) requirements; track, manage, and maintain any provided Government Furnished Property; maintenance management and failure reporting; comply with security requirements, up to and including TOP SECRET; submit Contract Manpower Reporting data; and provide logistics data products to include technical manual updates and Design Change Notices (DCN) and configuration change documentation for the MEP. The contractor shall provide technical services to include, but are not limited to, obsolescence/diminishing manufacturing sources and material shortages (DMSMS) surveillance and mitigation, lay-in material buy/DMSMS parts lifetime buys, on-call technical support to Government and Government-support personnel within and outside of the United States, engineering services, provisioning services that includes spares recommendations and item identification of precious metals, hazmat etc.; and OCONUS and CONUS field service representative (FSR) services to ensure complete Operations and Maintenance (O&M) support for the MEP.The U.S. Government (USG) has the EMARSS system-level specification, but no or limited related technical data such as engineering drawings for the parts. The USG does not possess the technical data package (TDP) for the MEP parts. The manufacturer of the parts possess the detailed and complete technical data. Prospective sources must be able to prove that the supplies or services to be delivered will enable the EMARSS to satisfy the requirement in the Government's specification. Sources must be able to fulfill orders upon contract award, with production lead time allowed for long lead materials and production ramp-up. Reverse engineering is not applicable to this effort. Potential sources must also resolve diminishing manufacturing sources and material shortages or obsolescence issues.All interested potential sources must prepare a response (in Microsoft Word or Adobe Acrobat) no greater than 10 pages in length, specifying their ability to provide required services listed above as required by the USG and include the following information, at a minimum: Provide the following information: Company Name Address Point of Contact Phone Number Fax Numbers Email Address CAGE Code NACIS Code DUNS Number Date of incorporation Website address Provide knowledge of the EMARSS platforms and variants and past history with build and repair of supplies in support of this system. Describe your company's past performance in providing technical and logistical support, engineering, and repair services of these or similar systems in the past. If available, provide Contract Number, Contract Performance Period, Point of Contact(s), e-mail address, phone number, and a brief description of your direct support of the effort. Provide evidence of the contractor's facilities, qualifications of people in contracting and acquisition, logistics, engineering and experience with providing required support services to the systems listed above. Provide total available square footage of the facility, and floor space usage for each department consisting of engineering, configuration, test, maintenance and repair, material handling, warehousing, service management, logistic data products, contracting and acquisition efforts and tools that shall be dedicated to this program. Provide information/data/documentation which shows that your company has previously provided technical support and logistic services for these systems or detailed information illustrating your company’s capabilities and resources to support these systems. Describe your company's experience in identifying the alternatives for the unavailability of obsolete materials or components to mitigate obsolescence or diminishing manufacturing sources/material shortages issues. Does your company maintain a Program and Assessment Tool to monitor and analyze the availability of components to allow clear and precise tracking of all obsolescence issues? If so, please elaborate on the Program and Assessment tool(s). Discuss your company's capability in meeting U.S. Government delivery requirements for this specific product. Discuss your company’s experience with International Traffic in Arms Regulations (ITAR), international shipping, and export requirements. This is NOT a Request for Quote/Proposal or a Solicitation. The USG does not intend to award a contract on the basis of this sources sought announcement (SSA) or reimburse any costs associated with the preparation of responses to this SSA. This SSA is for planning and market research purposes only, and shall not be construed as a commitment by the USG. The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business. Furthermore, the USG will use the information, in part, to determine the best acquisition strategy for a potential procurement action and/or to assist in making acquisition strategy decisions in the future. All proprietary information should be marked as such.The response or related questions must be sent to the Technical Point of Contact via email at steven.c.webb14.civ@mail.mil. No phone inquiries will be accepted either as a response to this action or for information or questions prior to submission of your response. The deadline for response to this notice is 06 January 2020. This survey is published in compliance with FAR Part 10, Market Research.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9ec396640291482ebd92638c1c0e1270/view)
 
Record
SN05516970-F 20191215/191213230301 (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.