Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 02, 2024 SAM #8131
SOURCES SOUGHT

70 -- Sources Sought for AN/VRC-90E SINGARS Radios (Patriot System Compatible) for FMS

Notice Date
2/29/2024 12:23:13 PM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
Sources_Sought_for_AN_VRC-90E_SINGARS_Radios
 
Response Due
3/15/2024 1:00:00 PM
 
Archive Date
03/30/2024
 
Point of Contact
Angela H. McFillin, Aqua Jefferson
 
E-Mail Address
angela.h.mcfillin.civ@army.mil, aqua.m.jefferson.civ@mail.mil
(angela.h.mcfillin.civ@army.mil, aqua.m.jefferson.civ@mail.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �SOURCES SOUGHT FOR � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �AN/VRC-90E SINGARS Radios � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � (Patriot System Compatible) � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �FOR FOREIGN MILITARY SALES (FMS) Description Ten (10) to twenty-six (26) SINCGARS AN/VRC-90E replacements for 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 of supplies and services with an interest and capability to fulfill the Foreign Military Sales (FMS) requirement to provide potential quantity between ten to twenty (10-20) AN/VRC-90E Single Channel Ground and Airborne Radio Systems, (SINGARS) Very Hight Frequency (VHF) Radio, or an alternative that would be compatible and integrate in the Patriot system.� AN/VRC-90E VHF RADIO to be shipped to Country. The AN/VRC-90E Radio (NON-COMSEC) is no longer in production or supportable through US Army Stocks.� Vendor responses will support source-selection and procurement strategy should a requirement materialize. The requirements expressed herein may be set-aside for small businesses (in full or in part), procured through sole-source or full and open competition. All small business set-aside categories will be considered. Telephone inquiries may not be accepted or acknowledged, and no feedback or evaluations are anticipated. The U.S. Government requests that interested parties submit a brief description of your company, your company�s solution(s), and your 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 FMS cases including requirements for Partner Nations (PN). CECOM-SAMD�s goal is to satisfy customer country requirements for 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. As well as minimize the training, maintenance, and logistics support costs of these networks. Allies and partner nations require that 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 and shall extend to the final FMS customer.� REQUIRED CAPABILITIES� The purpose of this market research/sources sought is to identify interested sources that are OEM certified and able to provide/ remanufacture the following communications-electronics systems to include their associated spares ancillary items, accessories and OEM operating manuals, and any/ all required services detailed below: RADIO NAVIGATION PRODUCTS The AN/VRC-90E VHF Radio 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�), not NEW condition.� The items to be acquired must have been repaired at OEM Certified repair center and be accompanied with an OEM Certificate of Conformance. Allies and Partner Nations (PN) have established radio system fleets that include the characteristics listed above. FMS cases supporting these countries will require radio systems, spares, repair(s), ancillary parts, and related services that meet the compatibility characteristics listed above and are interoperable with already fielded Patriot networks. The Government does not have and thus cannot provide any Technical Data related to the item being sought. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Unclassified (controlled unclassified information/ CUI). Any 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 Product Service Codes (PSC):�7G20- IT And Telecom - Network: Analog Voice Products (Hardware And Perpetual License Software) 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 with the 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 Contract Specialist Angela McFillin, in either Microsoft Word or Portable Document Format (PDF), and via email address not later than 4:00 p.m. Eastern Standard (ES) on 15 March 2024. 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 Sources Sought 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/9b1de10555094aad9189685522a39408/view)
 
Place of Performance
Address: CHE
Country: CHE
 
Record
SN06982511-F 20240302/240229230108 (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.