Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOURCES SOUGHT

66 -- NEXT GENERATION AUTOMATIC TEST SYSTEM (NGATS) SPARE PARTS

Notice Date
5/22/2020 8:44:11 AM
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN20X0BO1
 
Response Due
6/3/2020 12:00:00 PM
 
Archive Date
06/18/2020
 
Point of Contact
Kwami Nyaku, Phone: 9737249038, Mark Zator, Phone: 9737248121
 
E-Mail Address
kwami.nyaku.civ@mail.mil, mark.zator.civ@mail.mil
(kwami.nyaku.civ@mail.mil, mark.zator.civ@mail.mil)
 
Description
REQUEST FOR INFORMATION (RFI) NEXT GENERATION�AUTOMATIC TEST SYSTEM (NGATS) SPARE PARTS INTRODUCTION This is a Request for Information (RFI) being issued by Army Contracting Command � New Jersey on behalf of the Product Director Test Measurement Diagnostic Equipment (PD-TMDE) in conjunction with the Combat Capabilities Development Command (CCDC) to determine if there are interested and qualified small businesses and expertise for the following effort, although all businesses are encouraged to respond.� The overall purpose of this notification is to improve the Government's understanding of industry capabilities to procure, test and support the warranty phase of the necessary parts/modules to provide support to the NGATS systems which are critical to keeping the systems at a high state of readiness.� The parts will consist of commercial of the shelf items as well as build to print items, as identified in the drawing section. BACKGROUND� PD TMDE, in conjunction with CCDC Armaments Center�s Automated Test Systems Divisions (ATSD) objective requires NGATS spare part assets to support the fielding NGATS systems to active Army Brigades.� The contractor, shall be tasked with the responsibility for timely and efficient acquisition of commercial off the shelf items as well as build to print items to support the NGATS spare components and instruments. The NGATS was developed to provide the warfighter with an organic capability to meet the AMC Commanders vision for Army sustainment and maintenance. The NGATS provides the Army with the modernized diagnostics and prognostics to support the needs of current and Future Force systems. The NGATSs provides the Test Measurement and Diagnostic Equipment (TMDE) capabilities for optical, electronic and mechanical systems required as well as enhancement of Built in Test/Built in Test Equipment (BIT/BITE) capabilities and the application of artificial intelligence technologies to enhance prognostic capabilities, and to predict maintenance, fuel, and ammunition requirements and automatically feed information to the Army�s Conditional Based Maintenance program (CBM). The NGATS entered full rate production in 2014 with the first article acceptance in 2015.� The systems is currently fielded to the school house, Fort Lee, VA under a training material release and is scheduled to obtain Full Material Release (FMR) in the 4th quarter Fiscal Year (FY) 20. Upon FMR approval, the NGATS will have an aggressive fielding schedule to fulfill the AMC Commanders vision of fielding to all the Armored Brigade Combat Teams (ABCTs) by the end of FY21. In order to support this fielding schedule, the NGATS will require an inventory of spare parts and materials to support the initial fielding, initial supply system inventory, and future logistical support. The spare parts and materials are crucial to the NGATS mission and are critical to the Army�s vision of providing an OTC to assure the required Ao and the highest state of readiness for the warfighter. OBJECTIVES This notice is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on https://beta.SAM.gov website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Contract type is anticipated to be Fixed Price Incentive based on full and open competition. CAPABILITIES COVERAGE PD-TMDE/ACCD AC seeks to identify vendors that can provide the following services: The envisioned effort comprises the following broad categories: The Contractor shall have the capabilities to procure, test and support the warranty phase of the necessary parts/modules to provide support to the NGATS systems which are critical to keeping the systems at a high state of readiness.� The parts will consist of commercial of the shelf items as well as build to print items. The contractor will provide all personnel, equipment, material, tools, supervision, quality control, and other items necessary to provide the required spare parts. The contractor shall understand and have a process to manage Item Unique Identification (IUID), have a process for acceptance testing of parts being delivered to the government. The Contractor shall be required to have extensive experience in all the above listed parts acquisition, quality management and IUID processes. This effort will be performed at the Contractor�s facility. The Government may provide technical data or GFE to support this effort based on the current availability. This Request of Information (RFI) announcement is requested for informational purposes only. This is not a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ). No solicitation document exists. The submission of this information is for planning purposes only and is not to be construed as a commitment by the Government to procure these items, nor does the Army intend to award on the basis of this Sources Sought/Market Survey or otherwise pay for the information requested. Interested parties are invited to indicate their interest by providing a document outlining their capabilities based upon the above description. CAPABILITY STATEMENT Interested parties are requested to submit a capability statement that addresses the following: 1. Ability and proof (prior experience/facilities description) to perform the tasks set forth in the Capabilities Coverage section described above in the Continental United States (CONUS) and Outside the Continental United States (OCONUS), including nation-wide deployment strategy and support capabilities. 2. Ability to comply with DoD/Army policies and standards. 3. Experience of the vendor and key personnel, who would be critical to program success, as they apply directly to meeting the tasks listed under the Capability Coverage section. 4. Experience and capabilities should be based on personnel currently employed and company past performance in related areas. DRAWING RELEASE The drawings have associated distribution D markings. The Government will furnish these drawings only after a fully executed DD2345, Non-Disclosure Agreement, and Technical Data Questionnaire 1350, is sent to the contracting specialist, and deemed appropriately completed. Vendors that submitted these on other announcements will need to resend these documents as areas of this announcement have changed. The drawings associated with this potential requirement are as follows: NGATS Tactical System:� 13683870 Shelter, ATE:� 13649052 ATE Console:� 13707815(-01) Shelter Storage:� 13649053 ADMINISTRATIVE All interested parties should submit the capability statement to the NJ-ACC. Submissions shall not exceed five (5) pages in length, Times New Roman, 12 font. A proposed price is not required or requested under this Request for Information. A company must identify its business size status and applicable NAICS code(s) in the capability statement. All information is to be submitted at no cost or obligation to the Government and should be sent within fifteen (15) calendar days of this announcement to: U.S. Army Contracting Command, New Jersey, CCNJ-IC, Bldg. 9, Phipps Road,� ATTN: Mark Zator, Contracting Officer, Picatinny Arsenal, NJ, 07806-5000.� Correspondence by e-mail is preferred.� Send e-mails to: Kwami Nyaku, Contract Specialist, 973-724-9038 email kwami.nyaku.civ@mail.mil or Mark Zator at (973) 724-2181, mark.zator.civ@mail.mil. This is a Market Survey for information purposes only, and not a pre-solicitation notice, nor a request for proposals.� If a formal requirement is generated at a later date, a pre-solicitation notice will be published.�� Any questions regarding this notice shall be directed to both POCs in writing, via email. While any and all questions must be directed to the Government points of contact identified in this announcement, answers to those questions, as well as any and all clarifications, extensions, or changes, will be posted to www.beta.sam.gov, �and will only be available at www.beta.sam.gov �prior to the closing date and time of the this notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6738b8dd02dd4380bfb3ec34fe2c392b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05669456-F 20200524/200522230200 (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.