Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOURCES SOUGHT

66 -- Artillery Tactical Advanced Land Inertial Navigator Procurement

Notice Date
11/20/2020 4:53:57 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-21-X-AINU
 
Response Due
12/7/2020 3:00:00 PM
 
Archive Date
12/22/2020
 
Point of Contact
Brianna Davis, Phone: 5862827226
 
E-Mail Address
brianna.n.davis21.civ@mail.mil
(brianna.n.davis21.civ@mail.mil)
 
Description
DESCRIPTION OF INTENT: This is a Request For Information (RFI) ONLY. This RFI and the information herein, is issued solely for information and planning purposes. Thus, it should not be construed as a commitment by the United States Government (USG). �This is NOT: 1. �a Proposal Request of any kind. 2. �an announcement of a forthcoming solicitation 3. �a request seeking contractors to be placed on a solicitation mailing list The USG will in no way be bound to this information if any solicitation is issued.� However, no solicitation document exists at this time, and calls requesting a solicitation will not be answered.� A contract/agreement will NOT be awarded from this announcement. This is an important opportunity for industry to provide input on this program as the Government gathers data for informational planning purposes only.� There is no risk to respondents for participating in this RFI. Response to this RFI is strictly voluntary and no reimbursement will be made for any costs associated with providing information in response to it and any follow-on information requests. Data submitted in response to this RFI will not be returned. DISCLAIMER: Reference herein to any specific commercial company, product, process, or service by trade name, trademark, manufacturer, or otherwise, does not necessarily constitute or imply endorsement, recommendation, or favoring by the USG or the Department of the Army (DA). The opinions of the authors expressed herein do not necessarily state or reflect those of the USG or the DA, and shall not be used for advertising or product endorsement purposes. � PROPRIETARY INFORMATION: It is the responsibility of Industry, when providing any comments/responses, to properly mark such information that is considered proprietary or is otherwise restricted. The USG is not obligated to protect unmarked data. Nor is the USG obligated for like data in possession of third parties or for data which is afterwards placed in the public domain by the contractor or by third parties through no fault of the USG. Should the USG need to reproduce the protected data for distribution purposes between Government offices, all such data will be reproduced with restrictive legends in place. The USG acknowledges its obligations under the Federal Acquisition Regulation 3.104-4 to protect confidential information provided to the Government (18 U.S.C. �1905). Pursuant to this statute, the USG is willing to accept any trade secrets or proprietary restrictions placed upon qualifying data forwarded in response to this RFI and to protect such information from unauthorized disclosure, subject to the following: *Qualifying data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified as to exactly what data so qualifies. *Mark only data that is truly confidential. *Do not mark data that is already in the public domain or is already in possession of the USG or third parties on an unclassified basis. *Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: ""PROPRIETARY PORTION BEGINS"" and ""PROPRIETARY PORTION ENDS."" The Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain proprietary information may receive only limited or no consideration since the Respondent's marking of data as ""PROPRIETARY"" will preclude disclosure outside the Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort. The Government will use its best efforts to evaluate those responses that contain proprietary information without using support contractors consistent with the resources available. REQUIREMENT: The U.S. Army, Project Manager Self-Propelled Howitzer Systems (SPHS), Product Lead Extended Range Cannon Artillery (ERCA) INC 1c, is interested in gauging industry interest and capability relative to the potential acquisition of a quantity of 51 (annual increments of 15, 18 and 18 respectively over the course of three years) of Honeywell�s high-performance, shock-Artillery Tactical Advanced Land Inertial Navigator (aTALIN) Inertial Navigation Units (INU), part number HH0033A4, to support the build of ERCA prototype vehicles.� � BACKGROUND:� On 25 September 2018, the Army Acquisition Executive (AAE) approved the initiation of the ERCA Family of Vehicles (FOV) middle tier acquisition (MTA), utilizing the rapid prototyping (RP) pathway in accordance with Section 804 of the FY16 National Defense Authorization Act (NDAA).� Obtaining the aTALIN would enable the manufacture of prototypes to support the programs long range precision fire goals fulfilling requirements under� PM SPHS� ERCA MTA program with the understanding that: Physical restrictions of the integration will only allow accommodation of the exact footprint and form factor of part number HH0033A4. Use of the aTALIN, HH00334A4 would provide commonality with the M109A7 Paladin. The Paladin system uses the aTALIN as part of its navigation capabilities.�� INSTRUCTIONS FOR RESPONDING TO THIS REQUEST:� Responses to the RFI are due on 7 December 2020.� Responses received after the stated due date, whether received by email or by mail, may not be considered. Responses to this request for information should be sent via e-mail to Brianna Davis at Brianna.n.davis21.civ@mail.mil.� You are requested to put ""ERCA INC 1c � aTalin - RFI"" in the subject line of the e-mail and attachments shall be in MS Word or PDF format.� Phone inquiries will not be addressed. Respondents will not be notified of the results of the survey. Do not submit classified material. SUBMISSION DETAILS: Interested parties shall submit a brief capability statement.� Standard corporate brochures are not desired.� The capability statement should include the following: 1. Administrative Information ���� a. Company: name, address, telephone number, DUNs Number, Cage Code, Business type (identify that which applies) - ��������� 8(a), Minority Owned, Disabled Veteran, Small Business, Hub Zone,�Small-Disadvantaged, Large Business, Women Owned ���� b. Technical point of contact and e-mail address 2. Technical description of ability to meet the requirement.� ���� a. 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 this requirements. ���� b. Noun of qualifying item: ���� c. Part Number of qualifying item: ���� d. NSN of qualifying item: �����e. Price per unit of the qualifying item considering the delivery requirements detailed in the �REQUIREMENT� paragraph above. ��������� i. If better pricing available based on delivery quantities, propose that schedule (understanding the total quantity need) with the price(s) ���� f. What is the production lead-time required after receipt of an order (days)? ���� g. What would be the most economical production rate for this item? (please include unit price) ���� h. What is the maximum production capability per month? (shift, hour, day schedule) ���� i. Is there a commercial warranty period, and what does it cover? ���� j. Description of Quality Control System: ������������ * ISO 9001:200 Compliant?���� Yes���� or��� No ���� k. Is the qualifying item considered to be a commercially available item? Explain.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/adc42bcf916b44f9b4421648ae67663e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05858395-F 20201122/201120230145 (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.