Maryland Bids > Bid Detail

Sources Sought for the supply and repair of the AN/ASN-157 Doppler Navigation Set (DNS), NSN 6605-01-323-9061, P/N: P510A003-02

Agency:
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159331202225772
Posted Date: Dec 12, 2023
Due Date: Dec 22, 2023
Source: https://sam.gov/opp/dfc5f547aa...
Sources Sought for the supply and repair of the AN/ASN-157 Doppler Navigation Set (DNS), NSN 6605-01-323-9061, P/N: P510A003-02
Active
Contract Opportunity
Notice ID
W15P7T-24-F-Doppler
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 12, 2023 03:32 pm EST
  • Original Response Date: Dec 22, 2023 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

Agency: Department of the Army



Office: Army Contracting Command



Location: ACC - APG (W56JSR)



Product Service Code (PSG): J016 - Maintenance, Repair and Rebuilding of Equipment: Aircraft Components and Accessories



NAICS Code: 336413 - Other Aircrafts Parts and Auxiliary Equipment Manufacturing



Organization: US Army, Communications-Electronics Command (CECOM), Integrated Logistics Support Center (ILSC), Aberdeen Proving Ground, MD 21005



Contract Opportunity Title: Sources Sought for the supply and repair of the AN/ASN-157 Doppler Navigation Set (DNS), NSN 6605-01-323-9061, P/N: P510A003-02.



Requirements Description:



This is a Market Survey to locate potential sources for the supply of an estimated 55 spares and 43 repairs/overhaul of an estimated total of 98 AN/ASN-157 Doppler Navigation Set (DNS), NSN 6605-01-323-9061, P/N: P510A003-02 units over a span of five (5) years. The contract will be Five (5) year Indefinite Delivery Indefinite Quantity (IDIQ) contract, consisting of One (1) Base year and Four (4) Ordering periods. The systems are for use on several Army aircraft platforms.



The former source for manufacture and repair of these systems is BAE Systems Information and Electronic Systems Integration Inc, Cage Code ODODO. The Government does not possess the technical data package that defines form, fit and function of the units, because the TDP is proprietary to BAE, Inc. As such, the technical data package is not available for release. Any sources capable of manufacturing and repairing these units must demonstrate they have had past experience in manufacture/repair of these items. The Government requires the ability to purchase, test and inspection, validation of failure, and repair as needed for the AN/ASN-157 Doppler Navigation Set (DNS) (NSN 6605-01-323-9061). The new units will meet all of the form, fit, function, and interface requirements. The repaired units will be physically and functionally interchangeable with a new AN/ASN-157 Doppler Navigation Set (DNS), Condition Code A, and ready for issue. Any responses must also show that the products will be able to obtain airworthiness certification and will perform satisfactorily when used for their intended purpose by the Army.



Suppliers with the means of manufacturing and repairing the systems must indicate so by writing to CECOM ILSC ESA, ATTN: FCDD- ISE-HDD, 6560 Surveillance Loop, Aberdeen Proving Ground, Maryland 21005. The market survey does not obligate the Government to award a contract nor does it guarantee one.



Please complete the following questions in response to this SSA. If the questions does not apply, enter N/A.



1) Please provide a brief summary of the company and its core competencies.



2) Please provide point of contact information on all responses below.



a. Address:



b. Point of Contact:



c. Phone Number:



d. Fax Numbers:



e. Email Address:



f. CAGE Code:



g. DUNS Number:



3) Describe your Company's past performance in the manufacturing and/or services of the subject item or similar items in the past. Provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort.



4) Describe the qualifications of your engineering staff, who have experience in the design, production and repair of applications similar in complexity and technology to the subject item.



5) 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.



6) Describe your company's experience in managing obsolescence 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) Describe your company's experience in identifying alternatives for the unavailability of obsolete materials or components to mitigate obsolescence issues.



9) Discuss your company's capability in meeting US Government contracting delivery requirements.



10) Do you have and/or keep products in stock?



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 and Contracting Officer 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 and the Competition Advocate. The deadline for response to this SSA is 22 December 2023.



Technical Point of Contact: melinda.i.rivera.civ@army.mil



Contracting Officer Point of Contact: prettina.j.duvall.civ@army.mil




Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >