Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
SOURCES SOUGHT

58 -- REQUEST FOR INFORMATION FOR P-3 DERIVATIVE AIRCRAFT RADAR REPLACEMENT "Sources Sought Notice"

Notice Date
8/6/2007
 
Notice Type
Sources Sought
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016407R8229
 
Response Due
8/24/2007
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at www.fbo.gov and the Navy Electronic Commerce on line (NECO) site at www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case that FBO is not available. Please feel free to use either site to access information posted by NSWC. This is a Request for Information (RFI) for the P-3 Derivative Aircraft RADAR REPLACEMENT for planning purposes. This request is for information only as defined in FAR 15.201(e). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. This announcement constitutes a RFI, by the United States Navy, Airborne Electronic Warfare System Division, NSWC Crane Division, for assistance in determining available Non-Developmental systems for a replacement of the current RADAR system (See attached RFI). An estimated quantity of 22 systems for P-3 Derivative aircraft are anticipated for procurement in FY 08-09 timeframe. Basic operating modes are Color Weather Radar, Surface Search Radar, and Inverse Synthetic Aperture Radar (ISAR). Information Requested. A written response to this RFI in the form of a whitepaper should submit no later than 24 August 2007, addressing, as a minimum, the following areas: ? Describe the RADAR system technical capabilities, system physical characteristics (i.e. weights, dimensions, center of gravity, interfaces/interconnections, etc.) and limitations based on ground rule of installation and operating environment of the P-3 derivative aircraft to meet the requirements for Color Weather Radar, Surface Search Radar, and Inverse Synthetic Aperture Radar (ISAR). ? Clearly convey the basis for the system being Non-Developmental, rough order of magnitude cost and schedule for delivery of hardware and associated system software from receipt of order. Respondents should include a rough order of magnitude cost associated with the support system defined for the hardware/software system also. ? Discuss your personnel and system resources to support the notional schedule provided in the RFI response and the on-going support scenario presented in the response. ? Provide reliability and maintainability information pertinent to the system presented for field level support and other levels of maintenance either based on MIL-HDBK-217 or IEEE standards. ? Note any proprietary information, data or techniques associated with the system. Specify the nature of that data. ? Describe your capability and notional support plan to provide system support to minimize mean logistics delay times/administrative logistics delays and maximize operational readiness. Support system description should include technical and engineering services including field service support (CONUS and OCONUS) if necessary, repairs, training, and associated supply support and inventory functions. Describe contracting methodologies to streamline the support services process. ? In conjunction with technical information provided for Radar system, supporting documentation associated with reliability and maintainability and support and repair costs are requested to support independent Government cost analysis. Support and repair costs, where possible, should address the Weapons Replaceable Assembly (WRA) and Shop Replaceable Assemblies (SRAs). It is the intent of the Government to consider funding investments associated with doing a commercial level spares and materials lay in to support specific repair turn around times. These inputs are estimates for analysis purposes only. Specific data points requested are: ? Hardware Work break Structure ? Item Name ? Part Number ? Reliability Prediction ? Failure Rate ? Mean Time Between Failure ? Duty Cycle ? Quantity per Next higher Assembly ? Condemnation Rate ? Unit Cost ? Item Height, Width, Length and Weight ? Estimated Commercial Repair ReTest OK Percentage ? Estimated Commercial Repair Cost (if available material vice repair hours) ? Estimated Commercial Repair Turn Around Time ? With Depot Lay In (Caveat Groundrule) ? Without Depot Lay In ? Item Repairable/Non-Repairable ? Production Lead Time ? Recommendations for Commercial/Factory Test Equipment or Personnel Investments Data/Security Issues. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. The Government will not use any proprietary information submitted to establish the capability, requirements, approach, or solution so as to not inadvertently restrict competition. How to Respond. Please submit your response to this RFI via email to Lawrence Moore at lawrence.moore@navy.mil, telephone (812)854-1565, by Friday, 24 August, 2007 at 10:00 CDST. Please provide an additional Copy to Amber Branstetter at amber.branstetter@navy.mil, telephone (812)854-6306. Please reference the above solicitation number when responding to this notice.
 
Web Link
To download Sources Sought Notice
(http://www.crane.navy.mil/acquisition/homepage.htm)
 
Record
SN01363691-W 20070808/070806221905 (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.