SOURCES SOUGHT
58 -- ROCKWELL COLLINS/ COLLINS AEROSPACE AN/ARC-210 UHF/VHF RADIO TYPE 629F-11A (NON-COMSEC) FOR FOREIGN MILITARY SALES (FMS) CASES
- Notice Date
- 3/10/2023 1:26:34 PM
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-23-RFI-COLLINS-ANARC-210-629F-11A
- Response Due
- 4/10/2023 1:30:00 PM
- Point of Contact
- Andrew C (Andy) Mitchell, Phone: N/A, Fax: N/A
- E-Mail Address
-
andrew.c.mitchell1.civ@army.mil
(andrew.c.mitchell1.civ@army.mil)
- Description
- ROCKWELL COLLINS/ COLLINS AEROSPACE AN/ARC-210 UHF/VHF RADIO TYPE 629F-11A (NON-COMSEC) FOR FOREIGN MILITARY SALES (FMS) INTRODUCTION� The United States (U.S). Army Contracting Command- Aberdeen Proving Ground (ACC-APG) is issuing this Sources Sought notice on behalf of the Communications-Electronics Command Security Assistance Management Directorate (CECOM SAMD).� The intent of the notice is to conduct market research and identify potential sources with the capability to fulfill a Foreign Military Sales (FMS) requirement to provide three quantity (QTY) three (3) each AN/ARC-210 UHF/VHF RADIO TYPE 629F-11A (NON-COMSEC) to be shipped to Thailand. The AN/ARC-210 UHF/VHF Radio Type 629-11A (NON-COMSEC) is no longer in production or supportable through US Army Stocks.� Vendor responses will support source-selection and procurement strategies, should a contract materialize. The requirements expressed herein may be set-aside for small businesses (in full or in part), procured through sole-source, and/ or via full and open competition; multiple awards may be made. � � All small business set-aside categories will be considered. Telephone inquiries may not be accepted or acknowledged, and the Government is not obligated to provide any feedback or evaluation(s). The U.S. Government requests that interested parties submit a brief description of your company, your company�s solution(s), and your company's ability to meet ALL potential requirements. � � 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 SOURCES SOUGHT/MARKET RESEARCH IS STRICTLY VOLUNTARY.� PROGRAM BACKGROUND� CECOM SAMD administers and manages Foreign Military Sales (FMS) cases which include the procurement of communications-electronics hardware,�and related spares, ancillary or spare product(s), and related services.� SAMD�s goal is to satisfy specific system(s) functional and performance requirements of customer countries, so that allies and nations partnered with the U.S. can succeed in their operational missions.� Tactical radio navigation and communication systems serve a vital role in support of these operational missions by providing commanders and soldiers with the means to issue operational orders, exchange administrative and tactical data, and coordinate operational movements and actions.�� Foreign nations acquire fleets of tactical radio systems with compatible physical, functional, and technical characteristics�to ensure field interoperability of all elements of a communications network, and to minimize the training, maintenance, and logistics support costs of these networks. Allies and partner nations require these radio fleets be supported with compatible accessories and spares, and require that newly formed units and communications networks possess the same compatible characteristics. DELIVERY AND WARRANTY REQUIREMENTS SHOULD A CONTRACT MATERIALIZE: the anticipated schedule requirement for delivery of items will be 210 days After Receipt of Order (ARO) or after contract award.� It is anticipated that a no-cost twelve (12) month warranty covering workmanship and materials for all items will be required.�� REQUIRED CAPABILITIES � The purpose of this market research/sources sought is to identify interested sources that are certified and able to provide/ remanufacture the following communications-electronics systems to include associated spares ancillary items, accessories and OEM operating manuals, and any (potential) related services.�� RADIO NAVIGATION PRODUCTS The AN/ARC-210 UHF/VHF Radio Type 629-11A (NON-COMSEC) is no longer in production or supportable through US Army Stocks.� The Government is interested in identifying sources of supply that can provide this item as �New Old Stock (NOS)� but it is acceptable if the item is available in the �aftermarket� as Serviceable (�reconditioned / remanufactured�), i.e. not NEW condition.� The items to be acquired must have been repaired at the vendor Collins Aerospace repair center and be accompanied with a Collins Aerospace Certificate of Conformance. SPECIAL REQUIREMENTS� Any potential/ resulting contract is anticipated to have a security classification level of Unclassified (controlled unclassified information/ CUI). Any potential/ resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.� ELIGIBILITY� The applicable North American Industry Classification System (NAICS), Product & Service Codes (PSC), and Federal Supply Codes (FSC) for the requirements are as follows:� NAICS Code 334220: Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing� PSC 5895: Miscellaneous Communication Equipment� PSC R425: Support- Professional: Engineering/Technical� FSC 5810: Communications Security Equipment and Components� FSC 5826: Radio Navigation Equipment, Airborne� SUBMISSION DETAILS� Interested sources should furnish the following information, in the format(s) provided below:�� (1) Name and address of company, with Commercial and Government Entity (CAGE) Code and Unique Entity Identifier (UEI).�Any interested company must be registered in System for Award Management (SAM.gov)..�� (2) Point of Contact Name, Department, phone number, and email address.�� (3) Identify past and current products/ services your company offers that exactly match the capabilities specified above.� (3a) Describe your company�s manufacturing and/or supply capabilities in terms of stock on hand, minimum lead time notification periods, minimum production order requirements, price breaks for volume purchases on a percentage basis, what a full rate production rate is, and how long it takes to achieve it after contract award.� If initial production can be expedited for a fee, provide any additional cost for expediting production (Rough Order of Magnitude), and the expedited production lead time(s).� (4) Address your company's capability to act as a single provider for the hardware defined herein. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. No phone or email solicitations with regards to the status of any resulting request for proposal (RFP) will be accepted prior to its release.� Your response to this Sources Sought and any capabilities statement(s) shall be electronically submitted to ACC-APG Contracting Officer Andrew (Andy) Mitchell, in either Microsoft Word or Portable Document Format (PDF), and via email address Andrew.C.Mitchell1.civ@army.mil not later than 4:30 p.m. Eastern Standard (ES) on 10 April 2023. Reference the SAM.gov sources sought/ synopsis number in the e-mail subject line and on all enclosed documents. Information and materials submitted in response to this RFI WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/38ff516c94b24911aa5fe8aa8406fcde/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06615291-F 20230312/230310230108 (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 |