Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOURCES SOUGHT

58 -- SINCGARS Accessories, Installation Kits (IKs) and IK Components

Notice Date
2/13/2020 5:17:43 AM
 
Notice Type
Sources Sought
 
Contracting Office
DLA LAND AT ABERDEEN ABER PROV GRD MD 21005 USA
 
ZIP Code
21005
 
Solicitation Number
DAL-Aberdeen-20002
 
Response Due
2/28/2020 1:30:00 PM
 
Archive Date
03/14/2020
 
Point of Contact
Stanley Chan, Bradley Holtzapple
 
E-Mail Address
Stanley.u.chan.civ@mail.mil, Bradley.Holtzapple@dla.mil
(Stanley.u.chan.civ@mail.mil, Bradley.Holtzapple@dla.mil)
 
Description
This is a market survey to locate sources of supply (manufacturers or suppliers) for the Single Channel Ground and Airborne Radio System (SINCGARS) Accessories, Installation Kits (IKs) and IK Components listed by National Stock Number (NSN), procurement part list (PPL) number/part number and item name/nomenclature below: NSN 5895-01-151-9914, A3148258-1, Control-Monitor C-11291/VRC NSN 5895-01-572-0172, PPL10700, Installation Kit, Electronic Equipment MK-3101/VRC NSN 5895-01-570-8652, PPL10670, Installation Kit, Electronic Equipment MK-3099/VRC NSN 5895-01-421-4160, PPL-10566, Installation Kit, Electronic Equipment MK-2839/VRC NSN 5895-01-442-4586, PPL-10580, Installation Kit, Electronic Equipment MK-2866/VRC NSN 5895-01-571-0186, PPL10660, Installation Kit, Electronic Equipment MK-3102/VRC; NSN 5895-01-347-6187, PPL-10490, Installation Kit, Electronic Equipment MK-2694/VRC; NSN 5820-01-566-8261, PPL10656, Installation Kit, Electronic Equipment MK-3077/VRC NSN 5995-01-215-6170, A3210518, Cable Assembly, Power, Electrical NSN5995-01-225-0504, A3014043-5, Cable Assembly, Power, Electrical CX-13306/VRC (14FT 0IN) NSN 5995-01-219-1847, A3014043-2, Cable Assembly, Power, Electrical CX-13306/VRC (3FT 0IN) NSN 6150-01-300-9324, A3014040-9, Cable Assembly, Power, Electrical CX-13303/VRC (4 FT 6 IN) The Control-Monitor C-11291 is an optional accessory of the SINCGARS Radio Systems.� It is designed to provide remote control and monitoring of all primary function of the RT-1439/VRC and RT-1253(C)/U series Receiver-Transmitters, when used in a vehicular configuration.� The C-11291 and RT-1439/VRC and RT-1253(C)/U series Receiver-Transmitters are configured with the AM-7239/VRC series Amplifier-Adapter, Vehicular. SINCGARS IKs are designed to install a specified SINCGARS radio configuration into a specified vehicle. �Each IKs contain the different components depends on the SINCGARS radio configuration being installed with the particular IK.� The major components contain in these IKs may include Mounting Base, Electrical, MT-6352/VRC; Antenna, AS-3900A/VRC; Handset, H-250/VCEB; Loudspeaker, Control Unit, LS-671/VRC and the various cable assemblies.� The First Article Test (FAT) will be required for these items.� For the IKs, the FAT will be performed on the abovementioned major components, but not on the IKs.� � SINCGARS is a family of Very High Frequency-Frequency Modulation (VHF-FM) combat net radios designed to provide the primary means of command and control for combat, combat support, and combat service support units. The SINCGARS radios provide a resistance to jamming via Electronic Counter-Countermeasures (ECCM). The SINCGARS family of radios has the capability to transmit and receive voice and digital data, and is consistent with North Atlantic Treaty Organization (NATO) Interoperability requirements. SINCGARS is the primary soldier-to-soldier communications system and is one of the five major communications/data elements that provide seamless digital communications to the Army end user. Technical Data Package (TDP) for manufacture and acceptance of these items are available from the Government.� The complete TDPs, which may include PPLs of the IKs, top level drawings, component level drawings, test requirements for manufacture and acceptance of these IKs and the associate components will be released along with the solicitation.� PPLs for the IKs and the top level drawings of the major components of the IKs can be released prior to the release of the solicitation upon request.�� The TDPs for these IKs and the associate components are subject to the International Traffic in Arms Regulations (ITAR).� This information shall not be provided to non-U.S. persons or transferred by any means to any location outside the United States Department of State.� Interested source wishing to request for PPLs for these IKs and the top level drawings of the major components of these IKs must demonstrate that your company has an active status in the Defense Logistics Agency Joint Certification Program (JCP) when submitting request to the Government Point of Contract. Interested sources that are capable of manufacturing or supplying any of the items list above must submit enough information to demonstrate their capability to manufacture or supply these items.� At a minimum, information submitted should include but is not limited to the following types of documentation: A detail description of your capability of manufacturing or supplying these items and the responses to the questionnaire below.� Please complete the following questions. If a question does not apply, please enter N/A or non-applicable. 1) Provide a brief summary of the company and its core competencies. � 2) Please provide the following Point of Contact information on all responses: ������������������ Company: ������������������ Address: ������������������ Point of Contact: ������������������ Phone Number: ������������������ Fax Numbers: ������������������ Email Address: ������������������ CAGE Code: ������������������ DUNS Number: ������������������ Business Types: � 3) Describe your Company's past performance in the manufacturing and/or supplying of the items specified above in the past. Provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort. � 4) Describe the qualifications of your engineering staff, who have experience in the design and production of the components with similar complexity and technology to the item specified above. � 5) Describe your company�s experience in identifying the test equipment for testing the components with similar complexity and technology to the item specified above. � 6) Describe your company�s experience in developing or updating a Technical Data Package. � 7) Describe your company�s experience in managing obsolescence issues. � 8) 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). � 9) Describe your company�s experience in identifying the alternatives for the unavailability of obsolete materials or components to mitigate obsolescence issues. � 10) Describe your company�s experience in re-designing an existing hardware component from a technical data package to meet specified Form, Fit and Function requirements. � 11) Describe your company�s experience in performing and completing First Article Testing (FAT) requirements for the components with similar complexity and technology to the item specified above within a specified timeframe. � 12) Discuss your company�s capability in meeting US Government contracting delivery requirements. 13) s your company interested in providing a long term, short term, or spot buy, contractual solution?� Regarding contractual quantity/year types, what does your company invision?� (Example, fixed quantity, IDIQ, Option quantities, or years)?� Explain � 14) Do you have product(s) or keep products in stock? The information received from this market survey will be evaluated by the Government for the purpose of planning to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business. �The Government will also use the information, in part, to determine the best acquisition strategy for a potential procurement action and to assist in making future acquisition strategy decisions. This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this SSA or reimburse interested sources or responders to this notice for any information received and any costs incurred in responding, or for subsequent exchanges of information. Information submitted does not constitute a proposal and is not to be construed as a commitment by the Government, but will be considered an exchange of capabilities and ideas. All SSA responses should be emailed to the Technical and Competition Advocate Points of Contact at the email addresses listed below. No phone inquiries will be accepted, either as a response to this action or for information requests.� All requests for information must be submitted via email to the Technical Point of Contact and the Competition Advocate. Technical Point of Contact: Stanley Chan - Stanley.U.Chan.civ@mail.mil� Competition Advocate Point of Contact: DLA-Aberdeen � Bradley.Holtzapple@dla.mil Responses to this notice should be submitted no later than close of business February 28, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c05fefeffddb4c4382136385f75fa5cb/view)
 
Record
SN05562284-F 20200215/200213230140 (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  © 1994-2020, Loren Data Corp.