HAWK Klystron Tubes
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)
- Original Published Date: Jun 08, 2023 12:53 pm CDT
- Original Response Date: Jun 23, 2023 11:59 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 08, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1336 - GUIDED MISSILE WARHEADS AND EXPLOSIVE COMPONENTS
- NAICS Code:
- 336419 - Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Place of Performance:
Description
Request for Information (RFI) for HAWK Klystron Tubes
The Army Contracting Command - Redstone, Redstone Arsenal, Alabama 35898, on behalf of the Security Assistance Management Directorate (SAMD), hereby issues the following Request for Information/Sources Sought (RFI/SS) to ascertain the level of qualified vendors desiring to contract for the production of HAWK Klystron Tubes.
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY – This RFI is issued solely for information and planning purposes. It does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. This RFI is released pursuant to FAR 15.201(e). It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties’ expense.
The United States Government (USG) has a requirement for the following HAWK Klystron Tubes. This will be a Firm-Fixed Price 5-year Indefinite Delivery, Indefinite Quantity Contract.
MODEL NSN NOUN CY23 CY24 CY25 CY26 CY27 TOTAL
VA-517B1 5960-01-469-1684 Electron Tube 45 45 45 45 45 1-225
VA-896D1 5960-01-468-4404 Electron Tube 50 50 50 50 50 1-250
VKR-7014A1 5960-01-468-4401 Electron Tube 50 50 50 50 50 1-250
VKR-7014B1 5960-01-468-4405 Electron Tube 25 25 25 25 25 1-125
VKR-7014C1 5960-01-468-4406 Electron Tube 20 20 20 20 20 1-100
VKX-7968A1 5960-01-468-4407 Electron Tube 50 50 50 50 50 1-250
VA-145E 5960-01-078-0684 Electron Tube 5 5 5 5 5 1-25
Qualifications:
1. Each vendor must be able to develop, implement, and maintain an effective and economical quality system in accordance with (IAW) ANSI/ISO/ASQ Q9001 or equivalent system as agreed between the contractor and the USG.
2. Each vendor must be able to pass First Article Testing IAW Federal Acquisition Regulation 52.209-3 if they haven’t produced the part(s) in the past 2 years and provide documentation of same.
3. Each vendor must be able to have financial stability to produce the parts with a Firm-Fixed price contract with no upfront funding from the USG.
4. Each vendor must be able to submit technical documentation of their capabilities to produce the parts on this list. The technical document requirements must include an established and implemented QA plan, an established and implemented HAZMAT program, the availability of experienced resources, the necessary equipment & test capabilities to support the effort, and ability to meet the requirements of MIL STD packaging for classified items and magnetized items.
5. Vendors cannot pick and choose parts to bid on and parts must be from only one supplier. This procurement will be an all or nothing.
The information provided may be used by the Army in developing its acquisition strategy and in its Statement of Work/Statement of Objectives or Performance Specifications. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov website. It is the responsibility of any potential offeror to monitor SAM.gov for additional information pertaining to this requirement.
Attachments/Links
Contact Information
Contracting Office Address
- AMCOM CONTRACTING CENTER MISSLE
- REDSTONE ARSENAL , AL 35898-5090
- USA
Primary Point of Contact
- Justin McDaniel
- justin.l.mcdaniel10.civ@army.mil
Secondary Point of Contact
- B. Dean Angell
- burrel.d.angell.civ@army.mil
History
- Mar 12, 2024 10:55 pm CDTPresolicitation (Original)
- Jul 08, 2023 10:56 pm CDTSources Sought (Original)