Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2023 SAM #8044
SOURCES SOUGHT

25 -- Pre-Cleaner IRIS Valve

Notice Date
12/4/2023 8:54:49 AM
 
Notice Type
Sources Sought
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV24Q0020
 
Response Due
12/18/2023 12:00:00 PM
 
Archive Date
01/02/2024
 
Point of Contact
Taylor Ferguson, Phone: 5715888840, PEO GCS Mailbox
 
E-Mail Address
Taylor.d.ferguson10.civ@army.mil, usarmy.detroit.peo-gcs.mbx.k2rwr-team-mailbox@army.mil
(Taylor.d.ferguson10.civ@army.mil, usarmy.detroit.peo-gcs.mbx.k2rwr-team-mailbox@army.mil)
 
Description
NOUN: Pre-Cleaner IRIS Valve Part Number: 5-19-6810-SV NSN: 4240-00-578-0765 Quantity: 1,350 EA NAICS Code: 336992 DESCRIPTION/ CAPABILITY: The Pre-Cleaner IRIS Valve is a manually adjusted flow control valve that connects to the centrifugal fan. This item is typically used as a replacement air valve for ground combat military vehicles. QUESTIONNAIRE Respondents that cannot answer all the questions in this notice need not respond. Incomplete responses will not be reviewed. It is a requirement of this sources sought notice that potential responders be a United States (US) company, and possess the means to properly store and work on information and hardware classified at the SECRET/No Foreign Nationals (NOFORN) level. Respondents must mark proprietary information in accordance with the Disclaimer portion of this notice. Data submitted in response to this will not be returned. This is NOT a request to seek contractor interest in being placed on a solicitation mailing list. Respondents shall not be notified of the results of the sources sought or results of information submitted. Telephone or email inquiries will not be honored. Please provide a response to the following questions: o Cage Code- o Company Name- o Company Point of Contact (if applicable)- o Mailing Address- o Company Website- o Location of Facilities- o Point of Contact- o Phone Number- o Fax Number- o Email- o Company business size under NAICS code 336992 o Status of Company in SAM.gov 1) Is your firm currently capable of manufacturing the Pre-Cleaner IRIS Valve Part No. 5-19-6810-SV? � � �a. If so, does your firm have experience in manufacturing similar end-items? 2) Has your firm built the Pre-Cleaner Iris Valve Part No. 5-19-6810-SV, in the past? � � �a. Does your firm have the Technical Data Rights or the Technical Data Package for Part No. Part No. 5-19-6810-SV? � � � � �i. If no, does your firm have the does your firm have a special licensing agreement with the Original Equipment Manufacturer for the Technical Data Rights or the Technical Data Package for Part No. 5-19-6810-SV? 3) Describe your experience with production and/or upgrades of ground combat armored vehicles. 4) What is the contractor�s experience with providing hardware to support DoD vehicles? 5) Describe your facilities, tools and equipment that you use to build the Pre-Cleaner IRIS Valve referenced in question number 2 above. 6) If your existing production/upgrade lines will not be used for this effort, please specify where and in what facility (new construction, sub-contractor facility, etc.) they would be made. Include descriptions of the facilities, tools and equipment that will be used. Please include timelines and milestones. 7) What is your firm�s production lead time after receipt of an order? Please respond in calendar days. 8) What is your firm�s maximum production capability per month? 9) Is your Organization/Facility ISO certified as it relates to quality management systems? If yes, what ISO #? If not, what quality plan do you operate under? Please explain how it is utilized in relation to the vehicles in question #1. 10) Describe your approach to in-house quality testing to include test facilities and fixtures. Does your firm have experience with First Article Testing (FAT)? If so, please provide a summary of this experience. 11) Describe your experience working with Defense Contract Management Agency (DCMA). Provide program names and contract numbers relating to this experience. Include the functions DCMA participated in (contract management, quality assurance, test, acceptance, etc.). 12) Describe your company�s ability to conduct root cause analysis to determine failure modes and fault isolation when required. 13) Based on your knowledge of the Pre-Cleaner IRIS Valve, is 336992 an appropriate NAICS code? � � �a. If not, what NAICS code is more appropriate for this requirement? DISCLAIMER: This Sources Sought Notice is for informational purposes only. The information in this notice is subject to change and is not binding on the Government. This is not a request for proposal, does not constitute a solicitation, and shall not be construed as a commitment by the Government to purchase enhancements, hardware, or services for the Stryker FoV. Responses in any form are not considered offers and the Government is under no obligation to award a contract as a result of this announcement. Funds are NOT available to pay for preparation of responses to this announcement. Any information submitted by respondents to this Sources Sought Notice is strictly voluntary. Since this is not a request for proposal, respondents WILL NOT be notified regarding information obtained related to this Sources Sought Notice. Responses will not be returned nor will detailed feedback be made available. If and when a solicitation is issued, it will be posted on www.SAM.gov. It is the respondent's responsibility to monitor these sites for the releases of any additional market surveys, synopses, or solicitations. The Government is not responsible for the public disclosure of unmarked data received in response to this market survey. Accordingly, the potential offeror shall ensure that technical data provided in response to this market survey shall be appropriately marked (i.e. proprietary) to ensure proper Government handling of the data. Should the Government need to reproduce the protected data for distribution purposes between Government offices, all such data shall be reproduced with restrictive legends in place. Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation (18 U.S.C. �1905) to protect confidential information provided to the Government. Pursuant to this statute, the USG is willing to accept any trade secrets or proprietary restrictions placed upon data presented in response to this survey and to protect such information from unauthorized disclosure, subject to the following: � � � � �� Data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified on what data is proprietary. � � � � �� 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. � � � � �� Do not submit any classified data in response to this market survey. � � � � �� 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.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f331f6d64b3c4b66b169499bf2fc7655/view)
 
Record
SN06902096-F 20231206/231204230056 (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.