This is a pre-solicitation notice in accordance with FAR 5.204, to publicize the planned sole source procurement of repair services, delivery, and purchase of hardware Army managed spare parts of the AN/TSQ-179(V)2 Tactical Ground Station (TGS) / Joint Services Workstation (JSWS) system components listed below. The services covered under the anticipated contract will include: complete repairs, technical, engineering, diagnostics, and field support services to maintain the TGS/JSWS in an operational state.
Communications-Electronics Command (CECOM) Integrated Logistics Support Center (ILSC) Intelligence Electronic Warfare & Sensors (IEW&S) Division requires sustainment spares and services for the AN/TSQ-179(V)2 Tactical Ground Station (TGS)/Joint Service Work Station (JSWS).
The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) intends to solicit and award a Sole Source, a five (5) year ordering period, Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) completion, Indefinite Delivery Indefinite Quantity (IDIQ) type contract in accordance with FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.
The sole source procurement will be negotiated with and supplied by General Dynamics Mission Systems (GDMS), 8201 E. McDowell Rd., Scottsdale, AZ, 85257. GDMS is the original designer of all DE-TGS systems. The Government possession of Level 2 DE-TGS drawings lacks the necessary information that would enable another source to provide TGS/JSWS supplies and services. The places of performance are both CONUS and OCONUS locations, including hostile and hazardous areas.
The anticipated effort is a follow-on to contract W15P7T-12-D-C008, spares and repair contract with GDMS.
The North American Industry Classification System (NAICS) Code for this procurement is 334511 and the Product Service Code (PSC) is J058.
Spares and Repair Service National Stock Number's (NSN)
NSN/PART NUMBER/NOMENCLATURE
5895-01-604-6585/40597G-02/LOUDSPEAKER ASSEMBLY (MI SPEAKERS)
5895-01-598-8096/422PS, 422PS2/INTERFACE UNIT,COMMUNICATION EQUIPMENT (DESKTOP ECAU UNIT)
7050-01-604-6416/FEP-593110/CONVERTER ASSEMBLY,REMOTE FIBER OPTIC
7035-01-598-8099/A3310148, A3310148-001/SERVER, SUN NETRA T5220, RUGGEDIZED
7035-01-598-8094/PDPS-1-NA/SERVER,SUN NETRA T5220, RUGGEDIZED
5955-01-598-8113/40596G-01/ COMPUTER, CRYSTAL RUGGEDIZED GBS
5895-01-598-8165/ VDC-500/ VIDEO SWITCHER, RUGGEDIZED, MOTION IMAGERY
6150-01-605-8112/ 501-5365/ CABLE ASSEMBLY, MAIN POWER, AC, 3 PHASE
6150-01-605-8127/ MBA-21/ CABLE ASSEMBLY,SHORE POWER, AC, 3 PHASE
7730-01-599-6327/ SE109-1, AV2040-2/ RECEIVER, SATELLITE, SFX SERIES, RUGGEDIZED, GBS
5975-01-599-0414/ 3401-B1S/ COMSEC TRAY, RUGGEDIZED, GBS
7025-01-604-4464/ A3254681/ SWITCH, 9 PORT RUGGEDIZED, GBS
5996-01-599-1972/ 540-6605/ UHF SATCOM BANDPASS/LNA
6030-01-599-0711/ 540-6600/ CONVERTER,GIGABIT, SINGLE MODE, DUAL SC
5836-01-604-4074/ 540-6367/ MI Encoder
5895-01-460-2968***/ PDNL-40-500, 74208, 90-714-003/ POWER, DIVIDE, RADIO
7010-01-604-6424/ PS-1U-1275-PFC, PDV-1432/ MI Raid
5895-01-598-8174/ 50006/ SWITCH, ETHERNET,48 PORT
6120-01-498-0535/ M0T0-0011/ POWER FILTER ASSEMBLY
5985-01-605-7414/ M0T0-0010/ ANTENNA ASSEMBLY, C/L AND UHF
6150-01-605-8340/ M0T0-0015/ CABLE ASSEMBLY, PRIME POWER (3-PHASE)
4120-01-604-1441/ A3189277/ ECU
5895-01-605-7502/ A3279199/ TUNING UNIT, RADIO
7035-01-604-4501/ A3276472, A3310193-001/ SERVER,AUTOMATIC DA
6120-01-457-9419/ 50026/ POWER SUPPLY
7025-01-422-3120/ M0T0-0077/ INTERFACE UNIT, DATA
5985-01-460-0555/ A3262875/ DIPLEXER
5985-01-425-7312/ C99-11-2, 19-499P58/ ANTENNA
6020-01-462-3597/ M0T0-0010, A32551281W1/ CABLE ASSY, FIBER
5965-01-457-9410/ 11-2801005-1/ HEADSET, MICROPHONE
5996-01-530-5317/ MBA-12R+, 02-2781725-1 or 02-2781725-2/ AMPLIFIER, RADIO FRE
4130-01-498-0532/ 02-2800207-2/ CONTROL BOX, ECU
5895-01-609-2721/ A3330360-001/ PROCESSOR INTERFACE, DATA LINK
7035-01-609-0917/ 02-2801038-1/ SERVER, AUTOMATIC
7035-01-609-0936/ 02-2800067-2/ SERVER, AUTOMATIC
7010-01-609-2870/ 02-2800605-4/ COMPUTER SYSTEM, DIG
5996-01-608-7358/ 28-2801061-1/ AMPLIFIER, RADIO FREQUENCY
6130-01-608-5866/ A3330349-001/ POWER SUPPLY, UNINTERUPT
6130-01-608-7040/ A3330349-002/ POWER SUPPLY, UNINTERUPT
6150-01-530-8289/ 105247-1, 105247, CD-105247/ Cable, GBS W5, Serial
7050-01-604-6416/ A3329852-001C/ CONVERTER ASSY, REMOTE FIBER
5836-01-604-4074/ A3330311-001, MPP200/ ENCODER ASSEMBLY, Lot B
6130-01-608-5866/ A3330349-001, GXT3-3000RT120/ UPS, 2U LIEBERT, RUGGEDIZED
5895-01-605-7502/ A3330359-001/ ASSY, RADIO TUNER, MODIFIED
5996-01-591-3391/ AM-224A/ AMP, LNA, METROPOLE LOW NOISE
5975-01-550-9521/ AV3200-001/ P KVM Switch 2 Operators,
6020-01-462-4209/ MOTO-0010/ 300FT ST/ST CABLE
7010-01-609-2870/ PDV-1432A/ RAID
5985-01-530-2368/ 106883/ ATLANTIC MICRO : TRIPOD HUB ASSEMBLY
5985-01-460-0555/ DFP-106C/ DIPLEXER-PREAMP
5895-01-630-6429/ A3330449-002/ Switch, Electronic
This synopsis is provided for informational purposes and is not to be considered a request for proposal (RFP). This is NOT a request for proposals, is NOT an authorization to begin work, and does NOT commit the Government to purchase any services. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this notice.
This notice of intent is not a request for competitive proposals. However, any responsible source who believes it is capable of meeting the requirement may submit a capability statement, proposal, or quotation, which shall be considered by the agency, only if received by the closing date and time of this notice. A determination not to compete the proposed requirement based upon the responses to this notice is solely within the discretion of the Government.
A pre-solicitation conference is not planned.