Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2006 FBO #1592
SOLICITATION NOTICE

63 -- Lightweight Counter Mortar Radar (LCMR) Sustainment/Technical Support Services Market Survey

Notice Date
4/4/2006
 
Notice Type
Solicitation Notice
 
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
W15P7T-06-R-W011
 
Response Due
4/25/2006
 
Archive Date
6/24/2006
 
Small Business Set-Aside
N/A
 
Description
Notice Date: April 2006 Response Due: NLT 25 April 2006 Points of Contact Contracting Officer: Linda A. Schmidt, Phone: 732-427-1323 e-mail: Linda.Schmidt@us.army.mil PM Radars POC: Tom Kosinski, Phone: 732-532-4665; e-mail: Tom.Kosinski@us.army.mil Description: This is a request for information only. This is not a Request for Proposal (RFP). The US Army PM Radars is seeking sources and information to perform long term (up to ten [10] years) interim logistics support to sustain approximately 38 LCM R Increment I systems (currently fielded), approximately 54 LCMR Increment II systems (fielding to commence in May 2006) and approximately 442 LCMR Increment III systems (fielding to begin in Fiscal Year [FY] 09). In addition, PM Radars is seeking sources and information regarding the overhaul of approximately thirty-eight (38) LCMR Increment I systems to the latest LCMR Increment II configuration. The Government possesses no technical data package for the LCMR Program. Item Definition: The LCMR is a lightweight, 360-degree, rapidly man-transportable, digitally connected, day/night mortar, cannon and rocket locating radar that uses computer-controlled signal processing of the radar signal data to perform target detection , verification, tracking, and classification of enemy and friendly mortars. The system consists of an Antenna Transceiver Group (ATG) powered by battery or external generator. Data processing is performed by the Radar Processor (RP) in the ATG and sent t o the Portable Display Unit (PDU). The LCMR will be located in the Fires Battalion of both the Current and Future Force Units of Action. a. The LCMR system shall have a 91% probability that 1 of 2 systems operate failure-free over a 72 hour mission pulse. Rationale: The LCMR is a low density system and must maintain continuous operations with minimal down time. b. The LCMR system shall have a 95% average operational availability (Ao). Rationale: The LCMR is a low density system and must maintain continuous operations with minimal down time. c. The LCMR system operators shall perform 80% of all unscheduled maintenance. Rationale: Key to maximizing the system availability and increasing self-sufficiency. d. The LCMR system shall have a field and sustainment maintenance ratio not to exceed 0.05 maintenance man hours per operating hour. Rationale: Ensures that the radar is maintained within the maintenance force structure constraints. e. The LCMR system Maximum Time to Repair at Field Level will not exceed 30 minutes for 90% of the maintenance tasks performed at this maintenance level. Rationale: The LCMR is a low density system and must maintain continuous operations with minimal dow n time. Requirements: Approximately 34 LCMR I systems are fielded in theater supporting Operation Iraq Freedom/Operation Enduring Freedom (OIF/OEF) operations. By December 2006, 54 LCMR II systems will be fielded. LCMR Increment III has yet to be developed, but PM Radars anticipates First Unit Equipped for Increment III to occur in FY09. Integrated Logistics Support (ILS) may include, but not necessarily be limited to: material and facilities, as well as services, in the following areas: (1) supply & distribution; (2) maintenance; (3) training; (4) software support; (5) rebuild/overhaul; (6) repair (CONUS & OCONUS); (7) repair and return (if the unit cannot be repair OCONUS); (8) modifications/upgrades/updates to hardware/software/firmware and (9) system support. Seamless and transparent transition from in-garrison to deployment support w ill be required. LCMR maintenance and support will be composed of a mix of Government Logistics Assistance Representatives (LARs) and Contractor Field Service Engineers (FSEs) located at C4ISR Regional Support Centers (RSCs). The C4ISR RSCs provide direct and integrated g eneral support as well as some limited depot support for other systems in OIF/OEF. It serves as a centralized single face to the field for a broad range of engineering, management, logistics and technical services. Although the Government will provide these RSC facilities, the Contractor may be required to travel to remote and hostile areas. Contractor-provided FSEs shall be co-located and integrated in theater at one or more of the following RSC locations (subject to change): IRAQ AFGHANISTAN Tikrit (Camp Speicher) Bagram Balad (Camp Anaconda) Kandahar Baghdad (Camp Liberty/Victory) Mosul (Camp Diamond Back) Al Ramadi A 2-level maintenance concept at the operational unit (Field) and Echelon Above Unit (EAU) (Depot) levels and provide ILS CONUS and OCONUS will be implemented. This shall include, but not necessarily be limited to: on-site and off-site repairs, 24/7 on c all services when a system is returned from the field to include maintenance, product support, shipping, training, documentation and manual updates to the LCMR program. Any resultant contract will include the requirement to: provide technical support for damaged systems returned from the field, which shall include, but not be limited to, troubleshooting, repairs and test of failed systems; provide depot level support to include repair parts/field maintenance kits for all LCMR Increments I and II systems a nd the yet to be developed Increment III systems; provide FSEs for technical support of the system in the field, which shall include, but not be limited to, troubleshooting, repairs and test of failed systems, and operator guidance and training; provide up dated electronic technical documentation sufficient for soldiers to operate, maintain and train on the equipment in forward areas of the battlefield; document and implement a components and materials obsolescence program and monitor and evaluate electronic part life cycle status and availability on the system design throughout the duration of the contract; provide training and documentation necessary for both Contractor and Government to be able to perform in-theater maintenance above unit level and conduct unit and Government LAR training in theater. Ease of supportability in the field environment is paramount. A wartime operational readiness supportability rate of 99.5% is a requirement. Repair parts and personnel required to maintain stock levels to meet this readiness requirement is a critical element of any future requirement. When field failures occur and the Contractor FSE or Government LAR determines that the LCMR cannot be repaired in country, the established turnaround time for CONUS repair is a maximum of thirty (30) days once received at the Contractor CONUS depot to the time the repaired unit is received at the designated CONUS acceptance point. The established turnaround time for OCONUS repair, once an evaluation indicates an item can be repaired within country, is twenty-four (24) hours with the item being repaired and returned to the LAR. Records shall be maintained of all repair/replacement actions detailing inventory of all equipment, returned equipment by name, part number and serial number, maintenance actions underway, repairs completed, labor hours and categories expended for repairs and repair price/cost of repairs, repair/replacement action taken, why a repair or replacement decision was made, date each item was received for repair, and whether the item is covered by warranty and the date/time repaired or replaced item was shipped ba ck to the Government. Product Support Integrator (PSI) responsibilities for Increments I and II shall reside with the Contractor. The Product Support Integrator (PSI) responsibilities for Increment III shall remain with PM Radars, Ft. Monmouth, NJ until award of any full rate production contract. The contractor shall take on the role of Product Support Provider (PSP) to provide monthly report to the PSI with all metrics, detailed inventories, cost estimates to repair, and transportation discrepancies. The Contractor awarded any resultant contract shall develop Performance Based Logistics (PBL) metrics by establishing a baseline for the LCMRs logistics footprint. The PBL metrics shall be developed as early as possible in the LCMR Life Cycle and become part of the design and implementation process to provide information to assist in the Core Depot Assessment. All collection of data shall be at the lowest level of detail and allow for visible cost drivers. The Contractor awarded any resultant contract shall provide a life cycle sustainment plan for the LCMR to be implemented using Public-Private Partnering (P3) incorporating metrics to measure performance and assure cost containment. A Leader-Follower strat egy for life cycle sustainment shall be implemented with the leader being the contractor and the follower as the depot. The Leader-Follower Plan (LFP) will articulate how the Contractor (OEM), the Program Management Office and the Organic Sustainer will m utually design, manufacture, field, and sustain the system. The Contractor awarded any resultant contract will develop an organic sustainment capability and transition plan. The Contractor will assure that the organic depot has the capability to sustain the said equipments no later than the first unit equipped (FU E) that is, the required hardware, software, technical documentation and training. The contractor will implement a two level maintenance capability utilizing, where feasible, Government Field Service Representatives (FSRs) at Forward Repair Activities (FR As) to serve in a base sustainment capacity. The Contractor awarded any resultant contract shall complete a Level of Repair Analysis (LORA) or an equivalent model and utilize the results to support a Best Value Business Case Analysis which shall include the following metrics to be measured: A. The Logistics Response Time (LRT) for the LCMR System is defined as the period of time from a logistics demand signal sent to satisfaction of that logistics demand. This requirement can be provided to the Government via a Technical Discrepancy R eport. B. The Repair Cycle Time per System failure (the elapsed time from the receipt of a failure item at a repair facility until the time the item is repaired and ready for reissue to the user). The contractor shall monitor and record the transportation time of a failed LCMR item as a metric and provide this information and any delays beyond the prescribed 96 Hour Turn-Around-Time to the Government. C. The Stock Availability at Units forward supply level (time to fill a Line Replaceable Unit by the units forward supply support). D. Maintenance Driven Sub-Elements called Not Mission Capable Maintenance (NMCM) (time system is inoperable due to delay in obtaining maintenance resources.) E. The Contractor shall provide accurate data collection process of the Reliability, Availability, and Maintainability (RAM) system information, MANPRINT, spiral development by enhancing BIT/BITE requirements, sustainment training, and personnel. T he contractor shall use the transportation time to move parts as a metrics Packaging Handling Storage and Transportation. Using an open architecture will aide and lower the footprint by modernization through technology insertion and sparing. F. The contractor shall maintain and report LCMR System Life Cycle Sustainment Costs and achieve the optimized System Operational Availability (Ao). The anticipated LCMR Ao is 95%. Overhaul of Increment I to Increment II Configuration: Overhaul converts an LCMR Increment I system into the LCMR Increment II configuration. These overhauled Increment II systems shall be identical in form, fit and function to those Increment II systems currently in fabrication. After FUE, Increment II systems may be overhauled to Increment III systems. Questions/Information Requested: In providing your response to this announcement, please ensure you address the following as well as provide any additional data/information you feel necessary for the Government to assess the availability of suppliers for this level of service. 1. The Government intends to implement a Performance Based Logistics Strategy for this requirement. Please explain fully how you would implement PBL in a system that has been fielded. Please detail performance characteristics you feel are measurable as p art of a PBL strategy? Include any relative experience that demonstrates your capability to act as a PSI. Your response should provide your past PBL accomplishments and the methods and metrics used to develop a support concept to reduce the logistics foo tprint. Provide the type of planning your company used to manage the supply chain (Parts Support) for field and sustainment level maintenance and integrating it with the anticipated organic capability and transition. 2. How would you approach this long term ILS effort? Describe your processes and methodologies to effect the transition from the current ILS provider of Increment I and II systems (the OEM, Syracuse Research Corporation)? 3. Describe how you would partner with a U. S. Army organic element to satisfy the Armys long range goal of depot capability for all repair and return and inventory management efforts for the LCMR System. This capability has not been incorporated to date . Please detail your approach to involving a depot, identifying how you would engulf them into the processes and provide a reasonable timeline to transition 100% repair and return and inventory management functions to that depot. 4. To accomplish the Governments requirements outlined in this announcement is there anything you feel the Government must provide to make it happen? The Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or in any subsequent exchange of information. All proprietary and restricted information shall be clearly marked. All information shall be sub mitted no later than April 25, 2006.
 
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
SN01020893-W 20060406/060404220942 (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.