COLLINS COMMUNICATION EQUIPMENT, ANCILLARY & SPARE PARTS, & RELATED SERVICES FOR FMS CASES

expired opportunity(Expired)
From: Federal Government(Federal)
W91CRB-24-SSRFI-COLLINS-IDIQ

Basic Details

started - 23 Feb, 2024 (2 months ago)

Start Date

23 Feb, 2024 (2 months ago)
due - 08 Mar, 2024 (1 month ago)

Due Date

08 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
W91CRB-24-SSRFI-COLLINS-IDIQ

Identifier

W91CRB-24-SSRFI-COLLINS-IDIQ
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709029)DEPT OF THE ARMY (133115)AMC (72616)ACC (74991)ACC-CTRS (32894)ACC-APG (10712)W6QK ACC-APG (7699)
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 United States (U.S.) Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is issuing this sources-sought (SS)/ request for information (RFI) on behalf of the Communications - Electronics Command (CECOM) Security Assistance Management Directorate (SAMD). The intent of this notice is to conduct market research to identify potential sources of supplies and services with the capability to fulfill Foreign Military Sales (FMS) requirements for Collins Aerospace, Inc. (herein after "Collins") electronic communications equipment, radios, ancillary and spare parts, and related services, or hardware that is fully compatible with the full Collins family of communications equipment.CECOM SAMD is seeking potential sources of supplies and services with the capability to manufacture/ produce and/ or procure/ provide and deliver the full catalog of Collins product(s), family of tactical high frequency (HF), Very High Frequency (VHF), Ultra High Frequency (UHF) and multiband radios,
ancillary and spare parts, installation connector kits, commercial-off-the-shelf (COTS) manuals, and operations and organizational level maintenance training. Product categories include but are not limited to:AN/ARC 210 and AN/ARC-210 TalonAN/ARC-220 (to include RT-1749C)AN/ARN-147AN/ARN-149AN/ARN-153Vendor responses to this SS/RFI market survey will support market research requirements, only. Inquiries after information submission may not be accepted or acknowledged and no feedback or evaluations will be provided. CECOM SAMD and ACC-APG request that interested parties submit a brief description of your company, your company solution to manufacture/ produce and/ or provide/ procure and deliver the above supplies and services, and your ability to meet requirements. Please explain whether and how you have access to the Collins technical data package (TDP) or applicable technical data and whether and how you repair or replace currently fielded Collins systems, radio products, and networks. In addition, please explain whether and how your hardware is interoperable with currently fielded Collins systems, radio products, and networks. Finally, please explain if any proprietary encryptions, modes, waveforms, interfaces, or characteristics could impact whether and how your hardware is compatible with currently fielded Collins systems, radio products, and networks.DISCLAIMERTHIS SOURCES SOUGHT/ REQUEST FOR INFORMATION MARKET SURVEY IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) OR REQUEST FOR QUOTE(S) (RFQ) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO (ZERO) OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT/ SS/ RFI/ MARKET SURVEY. NO FUNDS ARE AVAILABLE TO PAY FOR RESPONSES OR THE PREPARATION OF RESPONSES AND THE GOVERNMENT SHALL NOT PAY FOR RESPONSES OR THE PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT/ SS/ RFI/ MARKET SURVEY OR ANY OTHER RELATED SUBMISSION(S). ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.CECOM SAMD administers and manages Foreign Military Sales (FMS) cases which include the acquisition and procurement of communications - electronics hardware, and related ancillary and spare hardware, and related services. SAMD’s goal is to satisfy specific system(s) functional and performance requirements of customer countries and partner nations, such that allies of the U.S. can succeed in their operational missions.Tactical radio and communication(s) systems serve a vital role in support of these operational missions by providing commanders and soldiers a means by which to issue operational orders, exchange administrative and tactical data, and coordinate operational movements and actions. Foreign nations acquire fleets of tactical radio systems with compatible physical, functional, and technical characteristics to ensure field interoperability of all elements of a communications network to minimize training, maintenance, and logistics support costs of these networks. Allies and partner nations require these radio and communication(s) fleets to be supported with compatible accessories and spares and require that newly formed units and communications networks possess the same compatible characteristics.This Sources Sought notice seeks any vendor(s) that can provide non-developmental radio systems that are fully compatible with currently fielded Collins systems, and fulfill related services on said Collins systems, to include operations and organizational level maintenance training.CONTRACT PRICE CEILING AND ITEM DEMAND QUANTITIES SHOULD A CONTRACT MATERIALZEThe Government anticipates that Delivery Orders (DOs) may be issued under an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a price ceiling of $100M over a period of performance (PoP) of five (5) years. Procurement of individual items is not guaranteed and may vary between one or more requisitions per year. Vendor MUST be able to include Rough Order of Magnitude (ROM) estimates and price and availability (P&A)/ PROFORMA information for Collins radio systems, communications equipment, ancillary and spare parts, and operations and organizational level maintenance training(s).DELIVERY AND WARRANTY REQUIREMENTS SHOULD A CONTRACT MATERIALIZEThe Government anticipates a schedule requirement for delivery of items at 210 days After Receipt of Order (ARO) or after contract award. It is anticipated that a no-cost twelve (12) month warranty covering workmanship and materials for all acquired/ procured items will be required.Allies and Partner Nations (PN) have established radio system fleets and communication(s) networks. FMS cases supporting these countries will require radio systems, communications equipment, repair(s), ancillary and spare parts, and related services that meet their compatibility characteristics and are interoperable with Collins radio products, communications equipment, and networks already in the field. The Government does not have and thus cannot provide any technical data related to proprietary Collins radio products, communications equipment, networks, encryptions, waveforms, interfaces, training event(s), etc. NON-DEVELOPMENTAL ITEMSThe required family of HF, VHF, UHF, and Multiband radios and communications equipment identified above are intended to be non-developmental. The Government desires systems with minimal maintenance and inspection requirements at the organizational level. Systems and equipment should be easily repairable for deployed units. SPECIAL REQUIREMENTSAny resulting contract would have a security classification level of UNCLASSIFIED and be considered Controlled Unclassified Information (CUI). Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 United States Code (U.S.C.) 2533a and 2533b) in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) clauses 252.225-7008 and 252.225-7009.ELIGIBILITYThe applicable North American Industry Classification System (NAICS), Product & Service Codes (PSC), and Federal Supply Codes (FSC) for requirements are as follows:NAICS Code 334290 "Other Communications Equipment Manufacturing"NAICS Code 334220 "Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing"PSC 5895 "Miscellaneous Communication Equipment"PSC R425 "Support- Professional: Engineering/Technical"PSC 5810 "Communications Security Equipment and ComponentsSUBMISSION DETAILSInterested sources should furnish the following information, in the format(s) provided below:Name and address of company, with Commercial and Government Entity(CAGE) Code and Unique Entity Identifier (UEI) number. Any interested company must be registered in System for Award Management (SAM) and must provide your representations and certifications, business size, and Tax ID Number (TIN).Point of Contact Name, Department, phone number, and email address(es).Identify past and current services your company offers that exactly match the capabilities specified above. Describe your company’s manufacturing and/ or supply capabilities in terms of stock on hand, minimum lead time notification periods, minimum production order requirements, price breaks for volume purchases on a percentage basis, what a full rate production rate is, and how long it takes to achieve it after contract award. If initial production can be expedited for a fee, provide any additional cost for expediting production (Rough Order of Magnitude), and the expedited production lead time(s).Address your company's capability to act as a single provider for the hardware defined herein. If significant subcontracting or teaming is anticipated to deliver the technical capability, then address the administrative and management structure of such arrangements. No phone or email solicitations with regards to the status of any resulting request for proposal (RFP) will be accepted prior to its release.Explain whether you have a commercial subcontracting plan or any existing DoD subcontracting plan(s) and whether you have an approved accounting system with the Defense Contract Management Agency (DCMA)Your response to this SS/ RFI market survey, including any capabilities statement(s), shall be electronically submitted to ACC-APG Contracting Officer Andrew C. (Andy) Mitchell, in either Microsoft Word or Portable Document Format (PDF), via email address Andrew.C.Mitchell1.civ@army.mil not later than 3:30 p.m. Eastern Standard (ES) on 08 March 2024. Reference the SS/RFI number in the e-mail subject line. Responses shall document your capability to deliver the required radio systems and communications equipment and services. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All information received in response to this Sources Sought that is marked or designated corporate or proprietary will be fully protected from release outside the Government.

USALocation

Place Of Performance : N/A

Country : United States

Office Address : 6515 INTEGRITY COURT ABERDEEN PROVING GROU , MD 21005-5001 USA

Country : United StatesState : MarylandCity : Aberdeen Proving Ground

You may also like

SATELLITE COMMUNICATIONS EQUIPMENT AND AIRTIME SERVICES

Due: 31 May, 2026 (in about 2 years)Agency: FEDERAL EMERGENCY MANAGEMENT AGENCY

Two-Way Radio Equipment & Services

Due: 31 Dec, 2025 (in 20 months)Agency: All Using Agencies

Please Sign In to see more like these.

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

Classification

naicsCode 334290Other Communications Equipment Manufacturing
pscCode 5810COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS