Title: Proactive Obsolescence Management
Synopsis/Market Survey:
The Army Integrated Logistics Support Center (ILSC) is seeking to resolve material availability concerns for parts facing obsolescence, End-of-Life production, and Diminishing Manufacturing Sources and Material Shortages (DMSMS). The lack of resolution in material availability creates extraneous cost burdens for CECOM and compounds scheduling delays and ultimately operational readiness. According to the Defense Standardization Program Office the cost of DMSMS resolution is at its lowest limit when approved parts are sourced as opposed to redesign. Material availability issues are inevitable in every weapons system and a proactive approach to DMSMS remediation improves cost, schedule, and performance for Program Managers and the Sustainment Center. The services will be procured via a three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract and consist of the following items (national stock numbers (NSNs), part numbers (PNs). The primary place of performance for shall be Contractor location (offsite).
This is a market survey to locate viable sources who can provide services related to those items:
The Contractor shall provide contractor personnel to the ILSC to support material availability and provide courses of action for Diminishing Manufacturing Sources and Material Shortages (DMSMS), End-of-Life, long lead time and obsolescence remediation.
Below are some of the items (representative samples) that we would like the contractor to find:
NSN/Part Numbers Nomenclature System Supported
5998-01-591-9104 CCA-RT Backplane SINCGARS RT-1523G
5995-01-593-3923 Front Panel Flex Assebly SINCGARS RT-1523G
5998-01-490-2919 Circuit Card Assembly GRM-122
5985-01-599-3112 Down Converter Switch Lot 9 UHST
G672097-1 Cables, W18 AN/TSC-154A
5998-01-591-9104 CCA - RT Backplane SINCGARS RT-1523G
5998-01-663-9683 CCA - HUB SINCGARS RT-1523G
5998-01-663-9777 CCA - Controller SINCGARS RT-1523G
5998-01-59-20053 CCA - Waveform Processor SINCGARS RT-1523G
5995-01-593-3923 Front Panel Flex Assembly SINCGARS RT-1523G
6625-01-432-3819 TEST SET SUBASSEMBL GRM-122
5998-01-435-9243 CIRCUIT CARD ASSEMB GRM-122
5998-01-490-2919 CIRCUIT CARD ASSEMB GRM-122
6625-01-432-8368 ADAPTER,TEST GRM-122
5895-01-591-2267 ACU Lot 9 UHST
5895-01-591-2547 LNB Controller Lot 9 UHST
5930-01-591-2533 LNA Switch Lot 9 UHST
5985-01-599-3112 Down Converter Switch Lot 9 UHST
5895-01-599-0685 1:1 Uplink Switch Lot 9 UHST
5895-01-599-8268 KVM Lot 9 UHST
5930-01-599-0570 KVM Switch Lot 9 UHST
5895-01-599-8268 KVM (same as in Rack A1) Lot 9 UHST
5975-01-606-5566 Fiber Media Converter Lot 9 UHST
6115-01-613-2486 Generator Lot 9 UHST
5998-01-5991827 Servo Control Unit Lot 9 UHST
5996-01-657-6959 Servo Amplifier Lot 9 UHST
6130-01-607-7425 PDU Lot 10 UHST
6030-01-610-0036 Fiber Media Converter (2ea) Lot 10 UHST
5895-01-560-4514 HPA Remote Lot 10 UHST
5895-01-605-5830 TLNB Control Lot 10 UHST
5895-01-605-5832 ACU Lot 10 UHST
7025-01-588-0978 M&C Switch Lot 10 UHST
5805-01-610-1529 M&C Digital/Serial I/O Lot 10 UHST
5999-01-605-5783 ECU Remote Lot 10 UHST
6115-01-611-8093 Generator Lot 10 UHST
6660-01-610-0065 Weather Station Lot 10 UHST
6605-01-610-5861 Compass Lot 10 UHST
5985-01-605-5206 Azimuth Motor Lot 10 UHST
5895-01-534-6124 Converter, Frequency AN/TSC-156
5895-01-534-3253 Converter, Frequency AN/TSC-156
6625-01-564-4973 Spectrum Analyzer AN/TSC-156
7025-01-591-0454 ETSSP AN/TSC-156
5895-01-600-2641 Modem AN/TSC-156
N25Q064A13EF840F Diode AN/TSC-154A
G689334-1 Feedhorn AN/TSC-154A
G672097-1 Cables, W18 AN/TSC-154A
Notice, Response due Date, and Points of Contact:
This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this SSA or reimburse any costs associated with the preparation of responses to this SSA. This Sources sought announcement (SSA) is for planning and market research purposes only, and shall not be construed as a commitment by the Government. The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business. Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and/or to assist in making acquisition strategy decisions in the future.
All SSA responses should be emailed to the Technical Point of Contact at the email addresses listed below. No phone inquiries will be accepted, either as a response to this action or for information requests. All requests for information must be submitted via email to the Technical Point of Contact.
Each potential source must provide a response to this sources sought solicitation, addressing their ability to provide the services specified above to the email address below. The response is not to exceed 10 pages in length. Acceptable file formats for the response include Microsoft Word, text, rich text, or Adobe Acrobat email by 20 February 2018. No phone inquiries will be accepted, either as a response to this action or for information requests. All requests for information must be emailed to the above address.
Contracting Office Address:
Department of the Army
Army Contracting Command
6565 Surveillance Loop,
Aberdeen Proving Ground, Maryland 21005-1846
United States
Primary Point of Contact:
[email protected]
Contractor Questionnaire
Please complete the following questions. If a question does not apply, please enter N/A or non-applicable.
1. Provide a brief summary of the company and its core competencies.
2. Please provide the following Point of Contact information on all responses:
Company:
Address:
Point of Contact:
Phone Number:
Fax Numbers:
Email Address:
CAGE Code:
DUNS Number:
3. Describe your Company's past performance in the manufacturing and/or supplying of Obsolescence Management in the past. Provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort.
4. Describe your company's experience in managing obsolescence issues.
5. Does your company maintain a Program and Assessment Tool to monitor and analyze the availability of components to allow clear and precise tracking of all obsolescence issues? If so, please elaborate on the Program and Assessment tool(s).
6. Describe your company's experience in identifying the alternatives for the unavailability of obsolete materials or components to mitigate obsolescence issues.