Suppliers for WIN-T INC 1 (General Dynamics) parts
The Defense Logistics Agency-Aberdeen, on behalf of the Army Integrated Logistics Supply Center (ILSC), intends to acquire the component contained in Tables 1 and 2 to support the WIN-T INC 1 programs... The Defense Logistics Agency-Aberdeen, on behalf of the Army Integrated Logistics Supply Center (ILSC), intends to acquire the component contained in Tables 1 and 2 to support the WIN-T INC 1 programs. Table 1 NSN P/N CAGE Nomenclature 5998-01-581-4055 02-2804479-23 67032 CIRCUIT CARD ASSEMBLY Alt P/N 9021-2 12855 5998-01-581-1549 02-2804479-21 67032 CIRCUIT CARD ASSEMBLY Alt P/N 9018 12855 5985-01-659-8724 043107-06 1GD22 ANTENNA SUBASSEMBLY Alt P/N 07011P3851 01365 6150-01-661-6648 123T-02-S02P-01 0P0N7 DISTRIBUTING SYSTEM,ELECTRICAL 6150-01-463-4060 09-2758340-1 67032 CABLE ASSEMBLY,POWER,ELECTRICAL,BRANCHED Alt P/N 09-2772835-1 67032 Alt P/N 39-27728351 72DG1 4140-01-586-1805 02-2804478-19 67032 FAN,CENTRIFUGAL Alt P/N NX1000-FAN-RT 1CJ20 7025-01-611-2794 02-2827774-1 67032 PROCESSOR,GATEWAY 5998-01-677-5224 99-366-2100-05 0P0N7 CIRCUIT CARD ASSEMBLY Table 2 NSN P/N DESCRIPTION 5998-01-581-4055 02-2804479-23 Digital Frequency Synthesizer Module (Synthesizer with high-speed differential outputs into 120 ohm, Trompeter BJ-77 type connector) Alt P/N 9021-2 5998-01-581-1549 02-2804479-21 Rubidium Oscillator Module Alt P/N 9018 5985-01-659-8724 043107-06 Ku-Band Motorized Feed 2-Port Alt P/N 07011P3851 6150-01-661-6648 123T-02-S02P-01 Power Distribution Unit 6150-01-463-4060 09-2758340-1 Electrical Power Cable Assembly Alt P/N 09-2772835-1 Alt P/N 39-27728351 4140-01-586-1805 02-2804478-19 NX100 Power Supply Assembly Right Side Fan Alt P/N NX1000-FAN-RT 7025-01-611-2794 02-2827774-1 3945E Cisco Router (CISCO3945E-SEC/K9) 5998-01-677-5224 99-366-2100-05 Regional Hub Node Antenna Control Unit Circuit Card Assembly Requirements Description: The components contained in Table 1 and 2 are critical to the function of the WIN-T INC 1 fleet of systems. The Government does not possess the technical data package (TDP) for the parts. The TDP is owned by the manufactuer. Detailed data for repair and/or manufacturing, inspections and test procedures and other documentation pertaining to the existing design are not available from the Army. Requested Response Information: Sources that can manufacture or supply the listed part are requested to submit information to show capability to manufacture or supply the same part. At a minimum, information submitted should include but is not limited to: Quantity of each component you can provide, along with delivery timeframe. How many can you deliver immediately? How many can you deliver within 90 days? How many can you deliver within 180 day? If you cannot provide a component, do you have a recommended form fit and function equivalent part you would recommend to replace it? If you are the owner of the technical data package (TDP) for any component and not willing to provide said component, are you willing to sell the TDP to the Government? In your response, please include your company name, CAGE code, and a technical point of contract with email address and telephone number. This information should be provided along with the Contractor Questionaire which is contained within this sources sought announcement. 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 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 and the Competition Advocate. Please submit responses by February 21, 2020 Technical Point of Contact: James.P.Hetzel.civ@mail.mil Competition Advocate Point of Contact: DLA-Aberdeen – Bradley.Holtzapple@dla.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. 2. Please provide the following Point of Contact information on all responses: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: 3. Describe your Company's past performance in the manufacturing and/or supplying of Network Management Central 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 and production of application similar in complexity and technology to the components contained in Table 1 and 2. 5. Describe your company's experience in identifying the test equipment for components similar in complexity and technology to what is used in the WIN-T INC 1 fleet. 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 the alternatives for the unavailability of obsolete materials or components to mitigate obsolescence issues. 9. Discuss your company's capability in meeting US Government delivery requirements for this specific product. 10. Is your company interested in providing a long term, short term, or spot buy, contractual solution? Regarding contractual quantity/year types, what does your company invision? (example; fixed quantity, IDIQ, Option quantities, or years)? Explain 11. Do you have product(s) or keep products in stock?
Data sourced from SAM.gov.
View Official Posting »