Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2005 FBO #1487
SOURCES SOUGHT

58 -- Request For Information: The Product Manager Robotic and Unmanned Sensors is conducting a market survey to identify sources for the production of the Synthetic Aperture Radar/Ground Moving Target Indicator (SAR/GMTI) radar

Notice Date
12/20/2005
 
Notice Type
Sources Sought
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T06RP614
 
Response Due
1/17/2006
 
Archive Date
3/18/2006
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) The Product Manager Robotic and Unmanned Sensors is conducting a market survey to identify sources for the production of the Synthetic Aperture Radar/Ground Moving Target Indicator (SAR/GMTI) radar. This includes the possibility of a Low Rate Initial Prod uction and the Full Rate Production. This is not a System Development and Demonstration program. Systems requiring a significant Non recurring Engineering effort will not be considered a viable source of supply for this payload. This radar sensor shall be capable of being integrated into the Extended Range Multi-Purpose and the Future Combat Systems Class IV Unmanned Aerial Vehicles (UAV). The current SAR/GMTI payload consists of 2 Line Replaceable Units, a Radar Electronics Assembly that mounts within th e Air Vehicle and a Gimbal Assembly that mounts externally to the airframe. The payload will be require to meet the threshold requirements outline in paragraph 1 below in addition to meeting the interface requirements outlined in the Interface Control Doc uments. The SAR/GMTI system will provide a Brigade Combat Team and Division/Corps battlefield commander with increased situational awareness by imaging stationary targets and detecting moving targets in adverse weather and through battlefield obscurants. The SAR/G MTI sensor shall be capable of detecting and classifying commercial sized vehicles (Pick up sized targets). The information provided in response to this market survey will be used to support updating the acquisition strategy developed for the SAR/GMTI and to justify any modifications required to the current program of record. Scope of Effort: The government desires to enter a Low Rate Initial Production (LRIP) phase for the SAR/GMTI in the 1st Qtr FY 07. A Fixed Price type contract is anticipated for the LRIP contract and includes 4 production options for additional quantities . The projected LRIP contract award date is 31 Dec 06. Deliveries of systems shall commence 1 Feb 2008. All deliveries shall be completed within 12 months of first delivery. First Article Testing on the LRIP units shall be completed prior to the delive ry of the first unit. The LRIP contract will also include a full supportability program to include the delivery of technical manuals, maintenance plans, training packages, etc. The cost for the supportability requirements is not included in the $723K Ave rage Unit Production Cost AUPC. The System Development and Demonstration contractor is General Atomics Reconnaissance Systems, San Diego, CA. The anticipate LRIP and the Full Rate Production is not a fabrication of the SDD item currently under contract. The Government does not have the detailed design/fabrication documentation or software source code to provide to a third party. The government does not have a technical data package for the system. The government requires that any LRIP and the full rate production systems comply with the interface control documents for the current SDD system and these ICDs will be supplied. To request for a copy of the ICDs , Contact Joe Brito (703-704-1988) at joseph.brito@belvoir.army.mil The Government desires a S AR/GMTI capability that meets or exceeds the current Prime Item Performance Specification currently on Contract with the SDD contractor. It is expected that a draft Prime Item Performance Specification may be provided on or before 15 Jan 2006. However, t he minimum performance required by the SAR/GMTI system, production profile and Average Unit Production Cost is stated below: SAR/GMTI Key Performance Requirements: a. Weight: 85 Pounds or Less c. Data Formats: National Imagery Transmission Format (NITF) Version 2.1 or higher for still imagery; North Atlantic Treaty Organization (NATO) Standardization Agreement (STANAG) 4607 for GMTI as defined in the interface control documents d. SAR Slant Range: Operate at 20 km and detect 85% of commercial vehicle (5.15m x 1.75m x 1.86m) e. SAR Image Resolution: Wide Area Search @ 10Kft: 1 Meter; Spot Mode @10Kft 0.3 meters f. Target Speed: Detect 85% of commercial sized targets with ground speeds of 10-70 km per hour g. Mean Time Between Failures: 325 hours h. SAR Target Location Error (TLE): greater than 25 meters @ 7km slant range i. Maintenance Concept: 2 Level (Field level and sustainment level) j. Frequency Allocation: Obtain a Stage 4 Frequency Allocation for the system. 2) Production Profile: The following production profile is anticipated for the systems: FY07:12 Units, FY08:12 Units, FY09:12 Units, FY10:30 Units, FY11: 30 Units, FY12: 12 Units, FY13: 12 Units, FY14: 12 Units, and FY15: 12 Units. 3) Production Cost: The Governments Average Unit Production Cost target is $723K per unit for a 12 unit buy during FY 07. The $723K UPC is defined as the recurring manufacturing costs to include material, labor, program management and other expenses in curred in the fabrication, checkout, and processing of parts, subassemblies, and major subsystems needed for the final system. The $723K AUPC includes the maximum fee of 15% associated with the cost of the payload. Information requested: Interested organizations may identify their interest and capability to respond to the requirement. Qualified vendors must have an existing product meeting key performance requirements and have sufficient production capacity to meet production quantities specified in paragraph 3. Suppliers capable of furnishing these units must do so in writing and shall identify their capability of producing the end item within the specified timeframe. If the existing product is in production, the r espondent must provide a government point of contact that can support the claims made in the response. The response should have a short introductory description of the approach to be taken, technical description of the proposed system/technologies to be e mployed, how this approach meets the anticipated requirements. Additionally, the respondent shall address the number of systems that have been produced during the production phase. If the existing product is in the pre-production phase, the respondent m ust address what would be required to realize a full production capability. Additional documentation such as formal test results and assessments from a government test agency, product descriptions, previous performance, may be appended. If formal test res ults are not available, the respondent shall describe how this will be accomplished prior to contract award assuming a 15 Dec 05 award date. Respondents must address to what extent they would be able to demonstrate a full pre production system by Nov 2006. The respondents must address production and surge capability and capacity. Interested parties must have capability to produce 1 radar a month for LRIP in FY 07 and be able to ramp up to 3 radars a month during FY10 and 11 and maintain a steady productio n capacity of 2 radars a month through FY15 thereafter. Interested parties must also address any production facilitization that need be developed during the LRIP phase. Submission: Respondents are requested to submit one electronic copy of the response to Joe Brito (703-704-1988) at joseph.brito@belvoir.army.mil. Include SAR/GMTI RFI in the subject line and 1 hard copy to PM NV/RSTA, ATTN: Joseph Brito, 10221 Burbeck R oad, Fort Belvoir VA 22060-5806. Submit 1 hard copy to Gene Lehman, PM Robotic and Unmanned Sensors, ATTN: SFAE-IEWS-NV-RUS, Building 423, Fort Monmouth, NJ 07703. Initial written responses should be submitted by 17 January 2006. Additionally, PM RUS wi ll conduct face to face meeting with industry during the week of 30 Jan 06. This Market survey is not a request for competitive proposals. Capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Responses will be ev aluated for their viability. The determination of procurement strategy, based upon the responses to this market survey, is solely within the discretion of the government. All sources may submit a response, which will be considered by the government. Thi s market survey is for information and planning purposes only, does not constitute a solicitation for bids or proposals, and is not to be construed as a commitment by the government. The government will not pay for any effort expended in response to this m arket survey. Incremental and follow-on submission may be accepted upon request by email to joseph.brito@belvoir.army.mil.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00955411-W 20051222/051221075839 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.