THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if a RFP is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor the site for additional information pertaining to this
requirement.Pursuant to 48 C.F.R. Part 10, the Government is conducting market research to:a. Determine what sources exist that are capable of satisfying the Government's requirements listed below,b. Determine the capabilities of potential sources,c. Determine the size and status of potential sources, andd. Determine the level of competition (i.e. 8(a), set-aside or full and open).The United States Army Contracting Command, Aberdeen Proving Ground (ACC-APG), 6001 Combat Drive, APG, Maryland 21005, intends to solicit and award a five year, Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) type contract for approximately 24 National Item Identification Numbers (NIIN) for secondary spare parts.The Communications Security Logistics Activity (CSLA) National Inventory Control Point (NICP) is seeking information regarding the procurement of Spare and Repair Parts for COMSEC devices to meet Army and DoD customer backorders.This requirement is for the procurement of all components identified below (NIIN, Nomenclature, and part number [PN] are provided):Nomenclature NIIN PART NUMBER Quantity1. Fill PortDust Cover 015249480, 230-00038-01 34,4272. Stylus,Inductive 015249762 200-00054 126,989 450-00009-01 200-000203. Stylus,Lanyard(HOLDER,STYLUS) 015250352 220-00073 62,340 610-0001-014. AA BatteryPack 015251617 200-00012-01 1,3355. Battery Pack(LI-ION) STD 015251635 200-00005-01 16,9446. BatteryCharger 015251640 200-00007-01 2,6697. AA BatteryPack O-Ring 015252011 250-00020-01 TBD8. Non-TempestBatt Eliminator 015252021 200-00055 1,335 200-00010-019. Carrying Casefor PDA, Nylon 015252029 650-00003 2,66910. Batt Pack(LI-ION) HeavyDuty 015252788 200-00006-01 22,99111. CIK 015298767 450-00012-01 29,31612. USB Adapter(Female to Male) 015450167 290-00008-01 45,69513. BatteryCharger Kit 015481505 200-00056 24,62414. Batt ChargerAC/DC Adapter 015513902 300-00002-01 TBD15. Washer,Locking, #2,Internal Tooth, SS 015606316 98449A500 TBD16. Seal, Housing 016482230 250-00003-01 10,94817. Assembly,Conn w/ Cable, Fl 016485112 600-00001-01 7,10418. Assembly,Shell, Front 016485134 220-00160-02 TBD19. Bracket,PCMCIA CardHolder TBD 230-00362-01 TBD20. Battery CoverKit 016614840 09-0798480- TBD 1RK:0ACY3 21. Assembly,Shell, Rear, RHC TBD 220-00376-01 TBD22. Lens BenzelSeal TBD 250-00007-01 TBD23. Screw M1.7x6x2.1 HeadOD, Plastite,PNHD, PH, SS 016623467 270-00126-01 TBD24. Screw M1.7x6x2.5Head OD,Plastite,PNHD, PH, SS 016623426 270-00127-01 TBDInterested parties, who consider their firms qualified to provide the above listed secondary spare parts, are requested to submit responses to this RFI in the form of a Capability Statement. Capability Statements are due no later than 1600 ET 28 August 2017. Responses (see format below) shall be submitted via email ONLY to Idia Osaghae, Contracting Officer, at
idia.i.osaghae.civ@mail.mil, and Chere Woodman, Contract Specialist, at
chere.v.woodman.civ@mail.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information.Format:Capability Statements are limited to a total of ten (10) pages, 8 ½ x 11 with one (1) inch margins, single sided, single spaced, size 12 font, Times new Roman. All submittals must be submitted as: .doc or .docx and/or .pdf files.Responses shall clearly identify:1. Company Informationa. Company Nameb. Addressc. Points of Contactd. Telephone Numberse. E-mail address(es)2. Primarily doing business in the Private/Commercial or Government Sector3. Commercial and Government Entity (CAGE) Code4. Data Universal Numbering System (DUNS) Number5. Business Size Standard6. Identify all applicable classifications for your organization, such as:a. Small Businessb. Woman-owned businessc. 8(a) businessd. Large businesse. Small disadvantaged businessf. HUBZone businessg. SDVOB businessh. Non-profit7. Approximate annual gross revenue8. Brief information on capabilities to finance, mobilize, and manage large supply(spare and repair part) contracts9. Describe any supply (spare and repair part) contracts you have performed for similar procurements10. NAICS Code(s) the company usually performs under11. Suggestions to maximize effectiveness in providing quality spare and repair parts to CSLA12. Provide sales history for the requested NIINs.13. Does the company possess the capabilities to provide the identified spare and repair parts to the Army?14. Describe experience in managing obsolesce issues.15. Do you hold any of the products listed in stock, how will the parts be acquired?Questions regarding this announcement shall be submitted in writing via email to Chere Woodman, Contract Specialist at
chere.v.woodman.civ@mail.mil, and Idia Osaghae, Contracting Officer at
idia.i.osaghae.civ@mail.mil no later than 1200 ET 18 August 2017. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the FedBizOpps website by 23 August 2017; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 18 August 2017 will be answered.NOTE: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide the above components. The information provided in the RFI is subject to change and is not binding on the Government. The Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.