Skip to main content

An official website of the United States government

You have 2 new alerts

Services for Joint Tactical Terminal- Senior (JTT-SR), AN/USC-62A(V)14

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: Oct 24, 2022 05:56 pm EDT
  • Original Response Date: Nov 07, 2022 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    USA

Description

Estimated Year 1 Repairs

NIIN: 015844467, Radio/Receiver Repair of five(5).

NIIN: 014989544, Chassis Repair of  ten (10),

NIIN: 015844467, Radio/Receiver Repair of five (5),

This survey is published in compliance with Federal Acquisition Regulation (FAR) Part
10, (Market Research). The purpose of this survey is to locate potential sources to
provide sustainment services for the Joint Tactical Terminal-Senior (JTT-Sr), AN/USC-
62A(V)14, all of the JTT-SR variances, and components. 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
in responding or in any subsequent exchange of information.
Requirements Description:
This is a market survey to locate potential sources to provide sustainment services for
the JTT-Sr, AN/USC-62A(V)14, all of the JTT-SR variances, and components. The JTT-Sr
was developed by Raytheon Systems Company, the current owner of the JTT-Sr
hardware and components is BAE Systems, Fort Wayne, IN. BAE Systems possesses
detailed and complete technical data for the JTT-Sr. The Government does not have
nor own the JTT-Sr Technical Data Package.
The services covered under the projected contractual requirement includes: depot
level sustainment (repair/maintenance) of JTT Sr and JTT Sr Upgrade, to include
assemblies and subassemblies, along with associated storage and shipment activities;
in addition to, technical support, and Diminishing Manufacturing Sources and Material
Shortages monitoring. The period of performance of the projected contractual
requirement is 5 years.
Test and Inspection and repair services are required for the following items:
* NSN 5996-01-460-1484, Power Amplifier, PN 01-01673-001
* NSN 6110-01-504-6694, Power Conditioner, PN 1-01701-002
* NSN 5975-01-467-5849, Mounting Tray, PN 69-00760-002
* NSN 5998-01-498-9183, Receiver Assembly, PN 03-07318-003
* NSN 5998-01-498-9543, Black Power Supply Assembly, PN 03-07321-004
* NSN 5998-01-498-9538, Demodulators Assembly, PN 03-08126-001
* NSN 5998-01-512-6215, Dual Modulator, PN 03-08127-001
* NSN 5998-01-498-9545, Red Power Supply Assembly, PN 03-07343-003
* NSN 5998-01-504-2350, Black COMSEC Interface Module, PN 0N656601-3
* NSN 5998-01-498-9544, Chassis Assembly, PN 03-07509-002
* NSN 5997-01-578-0448, COMSEC Circuit Card, PN 0N717994
Contractors who believe they possess the requisite experience and expertise to meet
these requirements should respond by indicating their interest and provide sufficient
information or documentation to indicate hoe the requirements would be met.
Response may include a capability statement, evidence of having developed and
support of similar systems.
The source must also complete the following questions. If a question does not apply,
please enter N/A or non-applicable.
1) 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, experience and the qualifications of
the engineering staff regarding JTT-Sr, AN/USC-62A(V)14. .
4) Describe your company’s experience in managing obsolescence issues.
5) 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).
6) Describe your company’s experience in identifying the alternatives for the
unavailability of obsolete materials or components to mitigate obsolescence issues.
7) Discuss your company’s capability in meeting US Government contracting delivery
requirements.
8) Do you have product/s or keep products in stock? If you do, please provide Part
Number(s) and National Stock Numbers (NSNs).
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 Sources Sought Announcement (SSA) or
reimburse any costs associated with the preparation of responses to this SSA. This 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 services, test and inspection services, and repair services
actions and/or to assist in making acquisition strategy decisions in the future.
All SSA responses should be emailed to the Technical 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. The response is not to exceed 10 pages in
length. Acceptable file formats for the response include Microsoft Word, text, rich text,
or Adobe Acrobat. All requests for information must be submitted via email to the
Technical Point of Contact.

Contact Information

Contracting Office Address

  • DIV E HQ CECOM CONTRACTING CTR 6565 SURVEILLANCE LOOP
  • ABERDEEN PROVING GROU , MD 21005-1846
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Nov 22, 2022 11:56 pm ESTSources Sought (Original)