Request for Information (Sources Sought)
Next Generation Automated Test System (NGATS) Full Rate Production (FRP) Spare Parts Support
The U.S. Army Contracting Command, New Jersey (ACC-NJ), in support of the Product Director -Test Measurement and Diagnostic Equipment (PD-TMDE), Redstone Arsenal, Huntsville, AL is currently seeking sources for Next Generation Automated Test System (NGATS) Full Rate Production (FRP) Spare Parts Support.
This Sources Sought Notice is for planning purposes only and shall not be construed as a solicitation or Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this Sources Sought. In preparation for a possible future procurement, ACC-NJ is performing this Sources Sought to explore a breakout strategy for this requirement. PD-TMDE is interested in exploring the market capability to support this effort and determine if a competitive environment exists. The Statement of objectives identified under this Sources Sought is as follows:
STATEMENT OF OBJECTIVES:
PD-TMDEs objective is to acquire spare parts and components to support the NGATS FRP fielding and sustainment. The items will be used to support diagnostic spare kits as well as intimal spares for the Army's logistics support requirement.
Interested parties shall submit a brief capability statement, demonstrating how they are capable of performing this requirement. Standard corporate brochures are not desired. The capability statement should include the following: company name, address, telephone number, email address, technical point of contract, DUNS number, Cage Code and company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business), and Technical description of ability to meet the requirement.
This Sources Sought is for information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. If a formal solicitation is generated at a later date, a Request for Proposal (RFP) will be published. If a RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these websites for additional information pertaining to this requirement. The Government is not obligated to notify respondents of the results of this survey. All information submitted will be held in a confidential status. Information provided will not be returned. TELEPHONE INQUIRIES/SUBMISSIONS WILL NOT BE ACCEPTED. The Government will accept questions via email ONLY.
The Army is not seeking, and will not accept, unsolicited proposals. Responders are advised that the U.S. Government is not responsible and will not pay for any information or administrative costs incurred in responding to this notice.
CAPABILITIES COVERAGE
PD-TMDE seeks to identify vendors that can provide the following services:
The envisioned effort comprises the following broad categories:
A. Commercial Spare Parts - The vendor is required to possess the ability to procure, verify and deliver commercially available instrumentation, parts and components from multiple sources.
B. Build to Print - The vendor is required to possess the ability to provide instrumentation, parts and components from Government Furnished Technical Data Packages (TDPs). All said items must be verified against the TDP for form, fit and functionality. The vendor must have the ability to address component obsolesce and diminishing supplies.
C. Supply Chain Management - The vendor is required to have experience and expertise in supply chain management.
D. Annotate your firm's ability to manufacture spare parts and the maximum number of parts per month.
E. Testing and Verification - The vendor is required to possess the ability to functionally test and verify all parts and components. The vendor is required to have the capability to check firmware revisions and reload firmware as necessary.
F. Labeling and Registering - The vendor is required to possess the ability produce Army standard Item Unique Identification (IUID) labels and register all labeled items in the Army inventory system.
G. Warranty - The vendor is required to possess the ability provide warranty services for all products. This shall include the issuing return authorization, tracking items and verifying repairs.
H. Management - The vendor is required to have extensive knowledge and experience in supply chain management, and have the capability to implement a program to manage performance, cost, schedule, and data delivery requirements of the contract as defined in the Integrated Master Schedule (IMS).
Attachment 1 contains a list of the parts and components require to support the NGATS. All parts shall be procured and delivered in accordance with the referenced drawing number unless otherwise noted.
All submissions are requested to be made no later than 25 June 2019 at 2:00 p.m. Eastern Time via electronic mail to Point of Contact (POC) for this action: Contract Specialist, [email protected].
Bid Protests Not Available