Request for Information/Sources Sought Notice, J7 DECU, NSN: 5998-01-713-4294

Agency:
State: Federal
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159816547360740
Posted Date: Mar 8, 2024
Due Date: Mar 20, 2024
Source: Members Only
Follow
Request for Information/Sources Sought Notice, J7 DECU, NSN: 5998-01-713-4294
Active
Contract Opportunity
Notice ID
W56HZV-19-D-0075
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC WRN
Office
W4GG HQ US ARMY TACOM
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: Mar 08, 2024 02:02 pm EST
  • Original Response Date: Mar 20, 2024 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 21, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5998 - ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE
  • NAICS Code:
    • 336320 - Motor Vehicle Electrical and Electronic Equipment Manufacturing
  • Place of Performance:
Description

Sources Sought Notice



DESCRIPTION OF INTENT



This is a SOURCES SOUGHT NOTICE/MARKET RESEARCH SURVEY to request information for Government planning purposes only. The Army Contracting Command – Detroit Arsenal (ACC-DTA) is seeking to gain knowledge of interest, capabilities and qualifications of various members of the community, to include both small and large businesses, for production of the item identified below. Responses to this Sources Sought Notice/Market Research Survey will assist ACC-DTA in planning its acquisition strategy for a potential future acquisition.



(Please see attachment for Noun/NSN/Part NO.)



END ITEM: Abrams Tank



NOTE: All survey input is voluntary, and no compensation will be made for your firm’s participation. Since this is a Sources Sought Notice, and not a solicitation for receipt of proposals or quotations, the Government does not encourage questions concerning this market research. Furthermore, the Government is not obligated to issue a solicitation or award a contract as a result of this announcement.



INSTRUCTIONS FOR COMPLETING THE SURVEY




  1. You may respond in total, or in part, to this survey. However, all responses must be received no later than 20 March 2024.

  2. All completed surveys shall be sent via e-mail to:



Kelli Kavanagh



Contract Specialist, ACC-DTA



E-mail: Kelli.a.kavanagh2.civ@army.mil



Subject Line: Sources Sought Notice




  1. Relevant sales media and product manuals may be included as attachments with your submission. Please clearly mark all proprietary information. The front page of your response package should state "PROPIETARY INFORMATION CONTAINED WITHIN" (all caps), if applicable. Also, please provide a release statement indicating that the proprietary information may be distributed to Army personnel involved with this survey.



CONFIDENTIAL INFORMATION & LABELING



The Government acknowledges its obligations under 18 USC §1905 to protect information qualifying as confidential. Pursuant to this statute, the Government is willing to accept any trade secret or confidential restrictions placed on qualifying data forwarded in response to the survey questions, and to protect it from unauthorized disclosure subject to the following:




  1. Clearly and conspicuously mark qualifying data as trade secret or confidential with the restrictive legend “CONFIDENTIAL” (all caps), including any explanatory text, so that the Government is clearly notified of what data needs to be protected.

  2. In marking such data, please take care to mark only those portions of the data or materials that are truly trade secret or confidential (overbreadth in marking inappropriate data as “CONFIDENTIAL” may diminish or eliminate the usefulness of your response). Use circling, underscoring, highlighting, or any other appropriate means to indicate those portions of a single page that need to be protected.

  3. The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the Government’s possession will be protected in accordance with the Government’s data rights.

  4. Confidential data transmitted electronically, whether by physical media or not, whether by the respondent or by the Government, shall contain any restrictive legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate for portions only of an electronic file, use the restrictive legends “CONFIDENTIAL DATA BEGINS:” and “CONFIDENTIAL PORTION ENDS”.

  5. In any reproductions of technical data or any portions thereof subject to asserted restrictions, the Government shall also reproduce the asserted restriction legend and any explanatory text.

  6. The Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain confidential information may receive only limited or no consideration since the respondent’s marking of data as “CONFIDENTIAL” will preclude disclosure of same outside the Government, and therefore will preclude disclosure to support contractors assisting with the evaluation effort.



QUESTIONNAIRE / SURVEY




  1. Vendor Profile. Please complete the fields below:






  1. COMPANY NAME:

  2. MAILING ADDRESS:

  3. CAGE CODE:

  4. POC NAME / TITLE:

  5. PHONE NUMBER:

  6. E-MAIL ADDRESS:

  7. WEBSITE:

  8. Business type for NAICS 336320: List all that apply



8(a)



Small Disadvantaged



HUBZone



Women-owned



Large Business



None of the Above. Please



Explain: ________________



_______________________



Service-disabled Veteran-owned



Small Business



*If claiming small business status, the information must be verifiable in SAM.gov




  1. Please indicate if the NAICS code selected is appropriate, if not, please explain why.

  2. Nonmanufacturer Rule. To qualify as a small business concern for set-aside or sole source supply contracts, a small business must meet at least one of the qualifications listed below. Please indicate which qualification, if any, applies to your firm:



Manufacture the product itself; or



Supply a product manufactured by another small business if it is a nonmanufacturer; or



Supply the product of any sized manufacturer if the Small Business Administration has granted a waiver to the nonmanufacturer rule.




  1. A current DD 2345, Military Critical Technical Data Agreement, must be on file with the Defense Logistics Information Service (DLIS) to access and view the TDP associated with this procurement. Does your firm have a current DD 2345 on file with DLIS?

  2. Requirement-specific Information. Please complete the questions below:

  3. Has your firm manufactured this item for a U.S. Government agency in the past? If so, please list the contract number(s) and agency(s).

  4. Is your firm currently capable of manufacturing this item? Statements of your firm’s expertise should include reference to relevant contracts performed (including a description of the scope, quantity manufactured, and point of contact with phone number).

  5. If your firm was awarded a contract for this item, where would production take place?

  6. Does your firm have experience with first article testing (FAT)? If so, please provide a brief summary of the experience.

  7. What is your firm’s production lead time for this item after receipt of award? (Please respond in number of calendar days.)

  8. What is your firm’s minimum, normal and maximum sustainable monthly production rates for this item?

  9. What is your firm’s current price per unit for this item?

  10. Please identify your firm’s current quality management system. Also, is your firm independently certified in that system?



Please provide a summary of the item’s commercial availability.




  1. Is there any other pertinent information that your firm would like to disclose? If so, please list below and/or include as a Microsoft Word (.doc or .docx) or Adobe Acrobat (.pdf) attachment with your submission.

  2. Are option availability or ordering availability periods a hinderance to participation?

  3. Is there a minimum order quantity or quantity discount threshold?

  4. Indicate any technical issues we want the customer to resolve in a Market Survey (barriers to entry, source qualification, etc.).


Attachments/Links
Contact Information
Contracting Office Address
  • 6501 EAST 11 MILE ROAD ARMY CONTRA COMMAND WARREN
  • DETROIT ARSENAL , MI 48397-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 08, 2024 02:02 pm ESTSources Sought (Original)

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 >