Joint Combat Identification Marking System

expired opportunity(Expired)
From: Federal Government(Federal)
PANAPG21P000025579

Basic Details

started - 31 Aug, 2021 (about 2 years ago)

Start Date

31 Aug, 2021 (about 2 years ago)
due - 17 Sep, 2021 (about 2 years ago)

Due Date

17 Sep, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
PANAPG21P000025579

Identifier

PANAPG21P000025579
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708522)DEPT OF THE ARMY (133039)AMC (72591)ACC (74966)ACC-CTRS (32885)ACC-APG (10709)W6QK ACC-APG (7696)

Attachments (1)

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.

The Army Acquisition Center (AAC), on behalf of the Product Director Aerostats, intends to acquire New Green and Tan KITS to support the Joint Combat Identification Marking System (JCIMS) devices, which are comprised of kits and assemblies. JCIMS kits are comprised of (1)  a corrugated  metal, far-infrared (IR) reflective combat identification panel (CIP) that attaches to the surface of platform (different quantities depending on the platform), (2) a fabric counterpart, thermal identification  panel (TIP), mounted on the top exterior of platforms, at a 40-degree angle for horizontal air-ground recognition, (3) a near-IR emitting infrared beacon (Phoenix Light) that is highly visible when viewed through  image intensification  devices such as  night vision goggles. The Thermal Tape, which is a component of the CIP and the TIP, is also available as a standalone (tape roll with adhesive backing) to repair both the CIP and TIP if their Thermal Tape surfaces are damaged. Periodically, the
CIP kits are modified to accommodate installation on new platforms. In this instance, platform measurements are taken and the Original Equipment Manufacturer (OEM) makes installation kits. However, the overall capability of JCIMS kits will not change. Requirements Description:JCIMS is intended for use on friendly ground platforms (tracked and wheeled) to complement and enhance visual identification capabilities during day and night, from ground-to-ground and/or limited air-to-ground aspect angles under a variety of atmospheric conditions to reduce the potential of fratricide due to misidentification.The purpose of this market survey is to locate potential sources to provide supplies for the following attachment. This procurement will be an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, and range quantity pricing may be requested. Prospective sources must be able to prove that the parts to be delivered will enable the JCIMS system to satisfy the requirement in the Government's specification. No Government-Furnished Equipment (GFE) or Government-Furnished Property (GFP) will be provided to sources to execute the contract. Sources must be able to fulfill orders upon contract award, with production lead time allowed for long lead materials and production ramp-up. Potential sources of the required supplies must also resolve diminishing manufacturing sources and material shortages or obsolescence issues.Notice, Response Due Date, and Points of Contact:This is NOT a Request for Quote/Proposal or a Solicitation. The Government does not intend to award a contract on the basis of this Sources sought announcement (SSA) or reimburse any costs associated with the preparation of responses to this SSA. This 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 proprietary information should be marked as such.All SSA responses should be emailed to the Technical and Competition Advocate Points 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 tian.chen3.civ@mail.miljosep.flores2.civ@mail.mil  .Please submit responses by: Date (15 days after posting)Technical Point of Contact:  Tian Chen, C5ISR Center PRD Engineer,  tian.chen3.civ@mail.mil;  joseph Flores, josep.flores2.civ@mail.milContractor Questionnaire:All interested potential sources must prepare a response (in Microsoft Word or Adobe Acrobat) no greater than 10 pages in length, specifying their ability to supply the above listed parts as required by the USG and Include the following information, at a minimum:Provide a brief summary of the company and its core competencies.Please provide the following Point of Contact information on all responses:Company Name:Address:Point of Contact:Phone Number:Fax Numbers:Email Address:CAGE Code:NACIS Code:DUNS Number:Date of incorporationWebsite addressDescribe your company's past performance in the manufacturing and/or supplying of these supplies in the past. If available, provide Contract Number, Contract Performance Period, Point of Contact(s), e-mail address, phone number, and a brief description of your direct support of the effort.Provide evidence of the contractor's facilities, qualifications of people in production, testing, calibration and experience with building the required parts listed above. Provide total available square footage of the facility, and floor space usage for each department consisting of Engineering, Material Handling, Manufacturing, and G&A efforts that shall be dedicated to this program. Provide knowledge of the JCIMS system and past history with build of supplies in support of this system.Provide Information/data/documentation, which show that your company has previously provided these supplies or detailed information illustrating your company’s capabilities and resources to manufacture these exact supplies.Describe your company's experience in identifying the alternatives for the unavailability of obsolete materials or components to mitigate obsolescence or diminishing manufacturing sources/material shortages issues.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).Discuss your company's capability in meeting U.S. Government delivery requirements for this specific product. Do you have product(s) or keep products in stock?The Army Acquisition Center (AAC), on behalf of the Product Director Aerostats, intends to acquire New Green and Tan KITS to support the Joint Combat Identification Marking System (JCIMS) devices, which are comprised of kits and assemblies. JCIMS kits are comprised of (1)  a corrugated  metal, far-infrared (IR) reflective combat identification panel (CIP) that attaches to the surface of platform (different quantities depending on the platform), (2) a fabric counterpart, thermal identification  panel (TIP), mounted on the top exterior of platforms, at a 40-degree angle for horizontal air-ground recognition, (3) a near-IR emitting infrared beacon (Phoenix Light) that is highly visible when viewed through  image intensification  devices such as  night vision goggles. The Thermal Tape, which is a component of the CIP and the TIP, is also available as a standalone (tape roll with adhesive backing) to repair both the CIP and TIP if their Thermal Tape surfaces are damaged. Periodically, the CIP kits are modified to accommodate installation on new platforms. In this instance, platform measurements are taken and the Original Equipment Manufacturer (OEM) makes installation kits. However, the overall capability of JCIMS kits will not change. Requirements Description:JCIMS is intended for use on friendly ground platforms (tracked and wheeled) to complement and enhance visual identification capabilities during day and night, from ground-to-ground and/or limited air-to-ground aspect angles under a variety of atmospheric conditions to reduce the potential of fratricide due to misidentification.The purpose of this market survey is to locate potential sources to provide supplies for the following parts listed below:This procurement will be an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, and range quantity pricing may be requested. Prospective sources must be able to prove that the parts to be delivered will enable the JCIMS system to satisfy the requirement in the Government's specification. No Government-Furnished Equipment (GFE) or Government-Furnished Property (GFP) will be provided to sources to execute the contract. Sources must be able to fulfill orders upon contract award, with production lead time allowed for long lead materials and production ramp-up. Potential sources of the required supplies must also resolve diminishing manufacturing sources and material shortages or obsolescence issues.Notice, Response Due Date, and Points of Contact:This is NOT a Request for Quote/Proposal or a Solicitation. The Government does not intend to award a contract on the basis of this Sources sought announcement (SSA) or reimburse any costs associated with the preparation of responses to this SSA. This 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 proprietary information should be marked as such.All SSA responses should be emailed to the Technical and Competition Advocate Points 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 tian.chen3.civ@mail.mil  .Technical Point of Contact:  Tian Chen, C5ISR Center PRD Engineer; tian.chen3.civ@mail.mil  Deadline for response is 10 September 2021Contractor Questionnaire:All interested potential sources must prepare a response (in Microsoft Word or Adobe Acrobat) no greater than 10 pages in length, specifying their ability to supply the above listed parts as required by the USG and Include the following information, at a minimum:Provide a brief summary of the company and its core competencies.2.Please provide the following Point of Contact information on all responses:Company Name:Address:Point of Contact:Phone Number:Fax Numbers:Email Address:CAGE Code:NACIS Code:DUNS Number:Date of incorporationWebsite address3. Describe your company's past performance in the manufacturing and/or supplying of these supplies in the past. If available, provide Contract Number, Contract Performance Period, Point of Contact(s), e-mail address, phone number, and a brief description of your direct support of the effort.4. Provide evidence of the contractor's facilities, qualifications of people in production, testing, calibration and experience with building the required parts listed above. Provide total available square footage of the facility, and floor space usage for each department consisting of Engineering, Material Handling, Manufacturing, and G&A efforts that shall be dedicated to this program. Provide knowledge of the JCIMS system and past history with build of supplies in support of this system.5. Provide Information/data/documentation, which show that your company has previously provided these supplies or detailed information illustrating your company’s capabilities and resources to manufacture these exact supplies.6. Describe your company's experience in identifying the alternatives for the unavailability of obsolete materials or components to mitigate obsolescence or diminishing manufacturing sources/material shortages issues.7. 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).8. Discuss your company's capability in meeting U.S. Government delivery requirements for this specific product. Do you have product(s) or keep products in stock?

DIV E   HQ CECOM CONTRACTING CTR 6565 SURVEILLANCE LOOP  ABERDEEN PROVING GROU , MD 21005-1846  USALocation

Place Of Performance : DIV E HQ CECOM CONTRACTING CTR 6565 SURVEILLANCE LOOP ABERDEEN PROVING GROU , MD 21005-1846 USA

Country : United StatesState : Maryland

You may also like

NAVY COMBAT WEAPON SYSTEM NAVY TYPE/NAVY OWNED(NT/NO)EXERCISE OPTIONAL CLIN

Due: 29 Mar, 2025 (in 11 months)Agency: U.S. COAST GUARD

NAVY COMBAT WEAPON SYSTEM NAVY TYPE/NAVY OWNED(NT/NO)

Due: 29 Mar, 2025 (in 11 months)Agency: U.S. COAST GUARD

Classification

naicsCode 334513Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
pscCode 2590Miscellaneous Vehicular Components