The RFP Database
New business relationships start here

Request for Information (RFI)/Sources Sought Announcement (SSA) for Repair and/or Manufacture of Azimuth Encoder, NSN: 5840-01-212-3320, SM-D-800092-3 and P/N: 5V680HBG-6 P/O: AN/TPQ-36(V) FIREFINDER Radar Systems


Maryland, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

This Request for Information/Sources Sought Announcement (RFI/SSA) is released for purposes of conducting market research to identify additional sources for the repair and/or manufacture of the Azimuth (AZ) Encoder, NSN: 5840-01-212-3320, Government Part Number (P/N): SM-D-800092-3 and P/N: 5V680HBG-6.
This RFI/SSA shall NOT be construed as an Invitation for Bid or Request for Proposal (RFP) or as an obligation on the part of the U.S Government (USG) to acquire any products or services. It is for planning purposes only. Responses to this RFI/SSA will be treated as information only and may be used by the U.S Army in developing its acquisition strategy, Performance Work Statement, etc. if a firm requirement is identified. No entitlement to payment of direct or indirect costs or charges to the USG shall arise as a result of a Contractor or Source submission of information with responses to this RFI/SSA or the USG use of such information. NO funds have been authorized, appropriated, or received for award of a contract at this time.
If a firm requirement should surface, a Firm Fixed Price (FFP) three year Indefinite Delivery, Indefinite Quantity (IDIQ) contract may be considered as a contracting vehicle and a formal Request for Proposal (RFP)/Solicitation will be published on FedBizOpps (FBO) Page to notify industry. The USG CANNOT guarantee specific requirement for repair and/or manufacture. However, minimum projection is currently estimated at a total quantity of ten (10) units for repairs. It is highly encouraged that interested sources fully capable of satisfying potential repair and/or manufacture requirements for this item identify and submit their best economic range quantity to achieve repair and manufacture cost savings as part of responses to this announcement for consideration.
Although a source control drawing, performance and finish specifications exist, these documents will be provided ONLY if and when the USG release a RFP/Solicitation. Detailed data for repair and/or manufacturing, inspections and test procedures and other documentation pertaining to the existing design will not be supplied by the Army as they are not available.
Response Requirements:
1. Interested sources capable of successfully repair and/or manufacture this item must so indicate, by responding to this notice in writing via email ONLY to POC Email address noted below. Responses must include the following at a minimum:
a. Affirmatively address ability to repair and/or manufacture this item with evidentiary data.
b. Past Performance on repair and/or manufacture orders for this item and/or similar items specifying Part Number(s), National Stock Numbers (NSNs) and last repair and/or manufacture date(s).
c. Identify specific USG contract number(s), if applicable. Otherwise, identify source of acquisition for repair and/or manufacture of this item if not obtained from the approved source; indicate nomenclature(s) of any other end-items in which this particular AZ Encoder is configured into and part of, if known.
d. Summary of repair and/or manufacture orders whether as a direct supplier to the USG or as a Supplier/Vendor to a Contractor with a direct USG contract. If the latter, provide copies of Purchase Orders (POs) from the approved source as a Supplier/Vendor or a statement from the approved source demonstrating that the Supplier/Vendor can, in fact, successfully deliver specification compliant repaired or newly manufactured units.
e. Provide statement with supporting data to demonstrate company's readiness assessment to successfully repair and/or manufacture to deliver compliant units to meet form, fit, and function requirements when integrated into the next higher assembly and for its intended function.
f. Specify Average Lead Time (ALT), from Days after Contract (DAC) award, to conduct unit inspection and Test & Evaluation (T&E) to identify failures and associated corrective repair actions or determination of Beyond Economic Repair (BER).
g. Indicate, post T&E, whether repairs would be classified under specific categories e.g., Minor, Major or otherwise.
h. Specify respective lead time to perform repairs post T&E, for each classification type/repair category identified under Para. 1g above as applicable, to return failed asset to Serviceable Condition Code A (Fully Spec Compliant unit).
i. Specify Production Lead Time (PLT) for manufacturing of new units from DAC award.
j. Identify best economic range quantities for cost savings for both repair and manufacture of new units.
k. Supply electronic copies of documentation such as validated test specifications, inspections and final acceptance procedures and associated test results demonstrating compliance with the item's drawing and specifications.
l. Indicate specific quality standard, e.g. ISO (International Organization for Standardization) Certification or National, source uses for its manufacture and/or repair operations.
m. Address any foreseen risk with repairing and/or manufacturing of this item and associated mitigation plan.
n. Identify any need for Government Furnished Equipment and provide justification for such need.
o. Identification of current status as a Large Business or Small Business Concern. Small Business Concerns must specify their Representation and/or Socio-Economic Category such as: Small Business (SB), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB) and Economically Disadvantaged Women-Owned Small Business (EDWOSB), 8(a) Business Development Program or Historically Underutilized Business Zone (HUBZone) Program.
p. Specify U.S. Government security level currently held at location efforts would be executed.
q. Indicate if any portion of this effort will be performed outside of the U.S and if so name of company and specific location.
2. Interested sources/companies are encouraged to respond to this RFI/SSA by providing the information requested herein, on or before Close of Business 1700 hours Eastern Standard Time (EST) on 6 April 2017. All response submissions MUST be concurrently submitted in writing, via both Email addresses indicated below, and shall include a cover page identifying: Company name, Address, Point of Contacts Names, Email addresses, Office and Mobile numbers. Interested Sources/Parties responding to this RFI/SSA shall be responsible to adequately label "PROPRIETARY" or "CONFIDENTIAL or "BUSINESS SENSITIVE" marking as appropriate in their responses. All requests for additional information shall be made in writing via Email ONLY.

Contact: Nicole Cantave, Engineer - USA RDECOM CERDEC Product Engineering & Quality Directorate, and Megan Farley, Contract Specialist - Army Contracting Command-Aberdeen Proving Ground (ACC-APG) in writing only via Email addresses noted below.


Nicole.Cantave.civ@mail.mil; megan.d.farley2.civ@mail.mil


Nicole Cantave, Email Nicole.Cantave.civ@mail.mil - Megan Farley, Email megan.d.farley2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP