Skip to main content

An official website of the United States government

You have 2 new alerts

Antenna Mast Remanufacturing

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: Presolicitation (Original)
  • Original Published Date: Feb 14, 2024 01:31 pm EST
  • Original Response Date: Feb 27, 2024 09:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 13, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1420 - GUIDED MISSILE COMPONENTS
  • NAICS Code:
  • Place of Performance:
    Chambersburg , PA 17201
    USA

Description

The Army Contracting Command – Letterkenny Contracting Office (CCAM-DSL)
is issuing this Sources Sought/Request for Information as a means of conducting
market research to identify parties having an interest in and the resources to support
this requirement for Test and Repair Mast Tubes in accordance with the attached
Performance Work Statement. The result of this market research will contribute to
determining potential sources for a firm-fixed priced requirements contract. The
applicable North American Industry Classification System (NAICS) code assigned to
this procurement is 336419 – Other Guided Missile and Space Vehicle Parts and
Auxiliary Equipment Manufacturing
There is no solicitation at this time. This request for capability information does
not constitute a request for proposals; submission of any information in response to this
market survey is purely voluntary; the government assumes no financial responsibility
for any costs incurred. Contractor should not provide any pricing information. The sole
purpose of this request is to locate qualified, experienced, and interested potential
sources.
If your organization has the potential capacity to provide these products, please
provide the following information:
1) Business name, mailing address, email address, website address, Point of
Contact (POC), telephone number
2) Business size, any socioeconomic status (i.e. HUB Zone,8(a) Veteran-
Owned, Women-Owned, etc.), company Cage Code and DUNS number, type
of ownership for the organization
3) Tailored capability statements addressing the particulars of this effort, with
appropriate documentation supporting claims of organizational and staff
capability. If significant subcontracting or teaming is anticipated in order to
deliver technical capability, organizations should address the administrative
and management structure of such arrangements and quality assurance
process.
4) The NAICS code(s) and PSCs/FSCs your company usually performs under
Government contracts.
5) Provide customer references that are independent from the interested
potential source and for whom the interested potential source has provided
rubber manufactured items listed in the parts list. Each reference must
include the name of the customer, address, and type of business, a
Revised March 2017
knowledgeable point of contact, and the telephone number of the point of
contact.
6) Please fill out the attached exel sheet and specify if your company can deliver
the parts listed.
7) All vendors must go through the authorization process and all documents
must be filled out and submitted with their response to the contracting office.
Please note the vendors that will receive a BPA will need to fill out a
Certificate of Conformance with each order.
The government will evaluate market information to ascertain potential market
capacity to provide products or services consistent in scope and scale with those
described in this notice and otherwise anticipated.
Based on the responses to this sources sought/market research, this
requirement may be set-aside for small businesses or procured through full and open
competition, and multiple awards may be made. Telephone inquiries will not be
accepted or acknowledged, and no feedback or evaluations will be provided to
companies regarding their submissions.
Contractors are required to be registered in the System for Award Management
(SAM) and Wide Area Work Flow (WAWF) in order to be awarded government
contracts.
Submission Instructions: Interested parties who consider themselves qualified
to provide the attached listed products are invited to submit a response to this Sources
Sought by February 27, 2024 at 9:00 a.m. Eastern Standard Time. The
response/statement of capabilities must be complete and sufficiently detailed to allow
the Government to determine the contractor’s qualifications. All responses under this
Sources Sought must be emailed to michelle.l.fike.civ@mail.mil.
If you have any questions concerning this opportunity please contact: Michelle L.
Fike, michelle.l.fike.civ@mail.mil

Contact Information

Contracting Office Address

  • 1 OVERCASH AVE KO BLDG 2 SOUTH
  • CHAMBERSBURG , PA 17201-4150
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Mar 13, 2024 11:55 pm EDTPresolicitation (Original)