: Combat Service Support Inflatable Satellite Antenna Very Small Aperture Terminal (CSS-ISA-VSAT), AN/TSC-245

expired opportunity(Expired)
From: Federal Government(Federal)
W56JSR-19-Satellite

Basic Details

started - 05 Aug, 2019 (about 4 years ago)

Start Date

05 Aug, 2019 (about 4 years ago)
due - 09 Sep, 2019 (about 4 years ago)

Due Date

09 Sep, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W56JSR-19-Satellite

Identifier

W56JSR-19-Satellite
Department of the Army

Customer / Agency

DEPT OF DEFENSE (709397)DEPT OF THE ARMY (133179)AMC (72647)ACC (75026)ACC-CTRS (32917)ACC-APG (10724)W6QK ACC-APG (7711)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Report Title:  Combat Service Support Inflatable Satellite Antenna Very Small Aperture Terminal (CSS-ISA-VSAT), AN/TSC-245 Potential Services and Spare Parts ContractMarket Research ObjectivesThe US ARMY CECOM is conducting this market survey notice to determine possible sources of supply and services for the AN/TSC-245 Combat Support Service Inflatable Satellite Antenna Very Small Aperture Terminal (CSS-ISA-VSAT) satellite communications system. This Market Survey is for information ONLY, and will be used for preliminary planning purposes. NO proposals are being requested or accepted with this synopsis. This is NOT a solicitation for proposals and NO contract shall be awarded from this survey. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.The AN/TSC-245 is a variant of the Cubic Mission Solutions GATR (GATR) 1.2m Satellite Antenna which employs an inflatable radome and flexible
parabolic reflector mounted at the equator. The AN/TSC-245 consists of one each Antenna with inflatable Radome and flexible Dish, weather proof power supply, a battery UPS, a iDirect e850 Modem with card mounted in weather proof enclosure, and three (1 Each) feed horn assemblies Ku, X, and Ka Bands with associated BUC’s and LNB’s. Note that government does not own Technical Data Packages or manufacturing level drawings. US Army is conducting this Market Survey to determine potential interest of prospective service providers in a contract for DEPOT level overhaul and repair (O&R) services, and source of supply for replacement parts. Depot maintenance is maintenance accomplished on end items or on a component, accessory, assembly, subassembly, plug-in unit, either on the system or after it is removed. Overhauls will be required to bring complete systems to like new status.Interested manufacturers/vendors should understand that any replacement parts supplied must be form, fit and functional equivalents of and be completely interchangeable with items supplied by GATR. Vendor will also provide DEPOT Level repair for the Radome, Dish, and but not limited to additional specific parts listed below: Nomenclature GATR P/N OEM OEM PART NUMBER NSN Remarks BLOCK UPCONVERTER, 25W, KU, N-TYPE 3XWN1-14005-1 Mission Microwave KU1-025B-D4-3130215 HPA ASSY, 25W X-BAND (BUC) T2C2-11154-001 Advantech GR0-400254-003 5895-01-660-8845 BUC- KA-BAND, 12W, DUAL BAND T2C2-12423-001 Mission Microwave KA1-012B-D4-2130215 5895-01-663-6561 E850 MODEM T2C2-10474-001 iDirect in GATR Case e850 5895-01-660-9640 iDirect Modem Card inserted within a GATR Case. 1.2M ANTENNA, TOP ASSY, TAN T2C2-14102-001 N/A N/A 5985-01-660-3888 Consists of Radome, Flexible Dish and other attached components As part of potential contract, Respondent shall supply repair and replacement parts. See attached Excel file (AN-TSC-245 Market Research Parts List) to the US Army for use by organic unit to conduct field (local) maintenance on CSS-ISA-VSAT terminals. Potential Vendors shall also provide cables as spare parts see attached for drawings. It should be noted the drawings are for information only and that the final cables will be similar to the enclosures; except for many will have “L” shaped end connectors instead of Straight. Additional Services desired; Respondent must be able to prove to the Government how Field and Depot level problems can be identified and corrected without the aid of detailed design or manufacturing drawings. Manufacturers/vendors not currently qualified as Approved Sources of Supply may also be required to qualify their product(s) via First Article Test (FAT). Prospective manufacturers/vendors may be required to warranty items they supply. Vendors shall provide a CAPABILITIES DOCUMENT which should demonstrate their abilities in handling the engineering support for software, quality, obsolescence issues, depot repair support and Field Service Support.A respondent must be able to prove to the Government how Depot level and field problems can be identified and corrected without the aid of detailed design drawings. etc Submit written response in writing preferably via email to Kenneth M. Vereb, Email: kenneth.m.vereb2.civ@mail.mil; Or, Commander, USACECOM, ATTN: FCDD-ISP-EB (VEREB), Building 6007 Room 3 floor 140, Aberdeen Proving Ground, MD 21005.Deadline for response is 9 September 2019 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. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Respondent shall include whether they are a small or large business, women or minority owned, or SBA HUB ZONE, etc. References will be allowed to verify any previous work that has been performed on other government/ private contracts. Technical Point of Contact: kenneth.m.vereb2.civ@mail.mil: Electronics Engineer Contracting Office Address:Department of the Army Army Contracting Command Aberdeen Proving Ground6565 Surveillance Loop Aberdeen Proving Ground, MD, 21005-1846 United States.This Request for Information (RFI) 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 to assist in making future acquisition strategy decisions. This is NOT a Request for Quote or Proposal. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. 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. A written response must include evidence of the respondent's ability to support the described equipment. 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. The deadline for response to this request is no later than 5:00pm by 09 September 2019. No phone inquiries will be accepted, either as a response to this action or for information requests. All responses under this Sources Sought Notice must be e-mailed to kenneth.m.vereb2.civ@mail.mil.Contractor Questionnaire Please complete the following questions.If a question does not apply, please enter N/A or non-applicable. Provide a brief summary of the company and its core competencies.1. Please provide the following Point of Contact information on all responses: a. Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number:2. Describe your Company's past performance in the manufacturing of and/or services of the subject item. Provide Contract Number, Point of Contact (POC), e-mail address, phone number, tasks performed, outcomes and a brief description of your direct support of the effort.3. Describe the qualifications of your engineering staff, who have experience in the design and production of application similar in complexity and technology to the subject item.4. Describe your company's experience in identifying the test equipment for components similar in complexity and technology to what is used in the subject item 5. Describe your company's experience in managing obsolescence issues.6.. 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).7. Describe your company's experience in identifying the alternatives for the unavailability of obsolete materials or components to mitigate obsolescence issues.8. Discuss your company's capability in meeting US Government contracting delivery requirements.9. Do you have product/s or keep products in stock 11. Describe any and provide information on other satellite terminals they support or have supported.

ACC - APG (W56JSR) Division ELocation

Address: ACC - APG (W56JSR) Division E

Country : United StatesState : Maryland

Classification

NAISC: 811213 GSA CLASS CODE: J
naicsCode 811213
pscCode JMaintenance, Repair and Rebuilding of Equipment: Ores, Minerals, and Their Primary Products