SOURCES SOUGHT
59 -- Sources Sought for New and Remanufactured Parts and Engineering Services for Obsolescence Management/Resolution for Warfighter Information Network –Tactical Increment 1 (WIN-T INC 1) - Attachment DLA-SSA-1-NSN List-Manufacture -Remanufacture-Obsol Mgmt 03-02-2018
- Notice Date
- 3/2/2018
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land Aberdeen, 6001 Combat Drive, Room C1-301, Aberdeen Proving Ground, Maryland, 21005, United States
- ZIP Code
- 21005
- Solicitation Number
- SPRBL1-18-R-0031
- Point of Contact
- Dolrica Wright, Phone: 4438614550, Martina L Culik Moore, Phone: 4438614555
- E-Mail Address
-
dolrica.wright@dla.mil, martina.culikmoore@dla.mil
(dolrica.wright@dla.mil, martina.culikmoore@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment DLA-SSA-1-NSN List-Manufacture -Remanufacture-Obsol Mgmt 03-02-2018 Synopsis: Sources sought to provide the Government with new parts, remanufactured parts and engineering services for obsolescence management/resolution to support the Warfighter Information Network -Tactical Increment 1 (WIN-T INC 1). Approved Source and Original Equipment Manufacturer (OEM) - General Dynamics Mission Systems (GDMS), CAGEs 67032, 0F6V7, IMA11, 4NN85, 04655,0P0N7, 01417, 0K9X3. The Government does not own the Technical Data Packages (TDPs) for the NSNs or the WIN-T Increment 1 system, and cannot obtain the TDPs. See Attachment DLA-SSA-1 for the NSNs included. Remanufactured NSNs must be restored to Condition Code "A" status, and a remanufactured NSN must be indistinguishable form a newly manufactured part with respect to function, appearance, and life expectancy. Engineering services for obsolescence management may occur for every NSN in the entire WIN-T INC 1 system, in addition to the NSNs listed on Attachment DLA-SSA-1. Estimated annual demand for the new and remanufactured NSNs ranges from one to 70. Pricing will be solicited in range quantities. The Government is planning a five-year long-term contract with one five-year base period and no option periods. The proposed contract type is firm-fixed price for new and remanufactured parts, and cost-plus-fixed-fee for engineering services. This is not a solicitation. This is only an estimate and does not bind the contractor or the Government in any way or at any time into a contract with any of the terms above. Contractors who are capable of delivery of these items in the quantities specified above should contact the Government before 9 March 2018. Please send submissions to dolrica.wright@dla.mil. Include documentation in your response to address the following: 1. Provide information to show that your company possesses, or shall possess, adequate production plant facilities (equipment, tooling, and space) to enable your, or your subcontractors, to manufacture or remanufacture the NSN, and provide engineering services for obsolescence management/resolution. 2. Identify if you are a Large or a Small Business. If a Small Business, please identify as an 8(a), HUBZone, Disadvantaged, Women-Owned, or non-disadvantaged. 3. If you have manufactured or remanufactured this item or similar item, submit part numbers, NSN, or nomenclature and the date of the last manufacturing effort of the same or similar items for which you have production experience. Provide Government contract numbers, if applicable. If there are questions, contact Dolrica Wright, dolrica.wright@dla.mil, 443-861-4550.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6fe6d4565dec8c64fefec32fa2fbe538)
- Place of Performance
- Address: 6565 Surveillance Loop, Bld 6001, Rm C1-301, APG, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04840670-W 20180304/180302230933-6fe6d4565dec8c64fefec32fa2fbe538 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |