Skip to main content

An official website of the United States government

You have 2 new alerts

Sources Sought Announcement (SSA) for Procurement of Mercury XR6 Server Chassis used in the Warfighter Information Network - Tactical Increment 2 (WIN-T INC 2) system.

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 (Updated)
  • Updated Published Date: Dec 02, 2022 03:58 pm EST
  • Original Published Date: Dec 02, 2022 03:55 pm EST
  • Updated Response Date: Dec 16, 2022 04:30 pm EST
  • Original Response Date: Dec 16, 2022 04:30 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7E20 - IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW)
  • NAICS Code:
    • 334418 - Printed Circuit Assembly (Electronic Assembly) Manufacturing
  • Place of Performance:

Description

DESCRIPTION:

The Defense Logistics Agency-Aberdeen, on behalf of the Army Integrated Logistics Supply Center (ILSC), intends to acquire parts to support the Warfighter Information Network - Tactical Increment 2 (WIN-T INC 2) system.

Requirements Description:

The LRU is a commercially available server chassis produced by Mercury Systems, Inc. utilized in the WIN-T INC 2 system. This is the only known technically acceptable part for their applications. Only form, fit, and function identical parts will suffice.

The Government does not possess the technical data package (TDP) for the parts. The TDP is not available for release.

The USG CANNOT guarantee specific requirement for production of LRU. However, the estimated forecast of buys distributed over the projected 5-year life of the Indefinite Delivery / Indefinite Quantity (IDIQ) effort is shown in the table below.

FSC    NIIN    MFG PN    Common Name    YR1 QTY    YR2 QTY    YR3 QTY    YR4 QTY    YR5 QTY    5-YR TOTAL QTY
7050    017027920    531-400045-5342    Mercury XR6 Server Chassis    57    11    15    15    13    111

It is highly encouraged that interested sources fully capable of satisfying potential supply for these items identify and submit their best economic range quantity to achieve manufacture cost savings as part of responses to this announcement for consideration.

The following additional NAICS apply: 334118

Nomenclature    CAGE    MFG PN    NSN
COMPUTER SUBASSEMBLY    0MJF9    531-400045-5342    7050-01-702-7920
 

Requested Response Information:

Sources that can manufacture or supply the listed parts are requested to submit information to show their capability to manufacture or supply the same or similar parts. At a minimum, information submitted should include but is not limited to the following types of documentation: Questionnaire.

In your response, please include your company name, CAGE code, and a technical point of contact with email address and telephone number.

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 16 December 2022. 

Technical Point of Contact: C5ISR ESI – chad.f.mitchell2.civ@army.mil

Competition Advocate Point of Contact: DLA-Aberdeen – Bradley.Holtzapple@dla.mil
 

EDIT 02DEC2022: Corrected the file name of attachment "DLA-Aberdeen-23-020 Contractor Questionnaire.docx". Previous attachment, while identical in content, was incorrectly titled "DLA-Aberdeen-23-021 Contractor Questionnaire.docx"

Contact Information

Contracting Office Address

  • DLR PROCUREMENT OPERATIONS - ZL 6565 SURVEILLANCE LOOP RM C4 126B
  • ABER PROV GRD , MD 21005
  • USA

Primary Point of Contact

Secondary Point of Contact

History