Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2008 FBO #2305
SOURCES SOUGHT

58 -- Lightweight Counter Mortar Radar (LCMR) Sustainment (Request For Information)

Notice Date
3/17/2008
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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-08-R-W006
 
Response Due
3/26/2008
 
Archive Date
5/25/2008
 
Point of Contact
Karen Sacco, 732 427 1425
 
E-Mail Address
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(karen.sacco@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION/DESCRIPTION: The US Army is seeking sources and information to perform sustainment support for LCMR systems. LCMR systems are fielded in theater supporting Operation Iraq Freedom/Operation Enduring Freedom (OIF/OEF) operation s. 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. 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. The LCMR system operators shall perform 80% of all unscheduled maintenance. Rationale: Key to maxi mizing the system availability and increasing self-sufficiency. 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. 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 down time. 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; spares and repair parts (2) maintenance; (3) training; (4) software support; (5) rebuild/overhaul; (6) repair (CONUS & OCONUS); (7) repair and return (if the unit cannot be repaired OCONUS); (8) modifications/upgrades/updates to hardware/software/firmware and (9) system support. LC MR 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 gen eral 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 thes e 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 RSC location (subject to change) in Iraq or Afghanistan. A 2-level mainten ance concept at the operational unit (Field) and Echelon Above Unit (EAU) (Depot) levels and 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 call services when a syste m 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 systems; provide FSEs for technical support of the syst em in the field, which shall include, but not be limited to, troubleshooting, repairs and test of failed systems, and operator guidance and training; provide updated 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 con tract; 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 mee t 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 repa ired 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 num ber, 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 back to the Government. The Contractor awarded any resultant contract shall develop Performance Based Logistics (PBL) metrics by establishing a baseline fo r the LCMRs logistics footprint. 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 complete a Level of Repair Analysis (LORA) or an equivalent model and u tilize 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 sat isfaction of that logistics demand. This requirement can be provided to the Government via a Technical Discrepancy Report. B. The Repair Cycle Time per System failure (the elapsed time from the receipt of a failure item at a repair facility until the tim e 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 unit s 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 requirem ents, sustainment training, and personnel. The 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 te chnology insertion and sparing. F. The contractor shall maintain and report LCMR System Life Cycle Sustainment Costs and achieve the optimized System Operational Availability (Ao). Questions/Information Requested: In providing your response to the sustainment requirements portion of the 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. T he Government intends to implement a Performance Based Logistics Strategy for this requirement. Please explain fully how you would implement PBL in a system th at has been fielded. Please detail performance characteristics you feel are measurable as part of a PBL strategy? Your response should provide your past PBL accomplishments and the methods and metrics used to develop a support concept to reduce the logis tics footprint. 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 thi s ILS effort? Describe your processes and methodologies to effect the transition from the current ILS provider of (V)1 and (V)2 systems (the OEM, SRCTec, Inc.). 3. Describe how you would partner with a U. S. Army organic element to satisfy the Armys lon g 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 in to 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 Governmen t must provide to make it happen? This is not a solicitation. This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government, nor will the Government reimburs e contractors for any costs associated with submittal of the requested information. The purpose of this RFI is to identify potential sources that are capable of providing solutions to the requirements described herein. The Government does not intend to a ward a contract on the basis of responses nor otherwise pay for the preparation of any information submitted or for Governmental use of such information. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the Gov ernments evaluation of the information received. Telephone inquiries regarding this notice will not be honored. SUBMISSION OF INFORMATION: All interested sources should provide a product brochure, company literature or information tha t details their product. All submissions should include company name, point of contact to include, name, position, telephone number and email address. All interested parties with significant past performance experience in producing and/or sustaining radar systems are encouraged to respond to this RFI by providing the following information on or before 26 March 2008, 1600 Eastern Daylight Saving Time (EDST). Responses to this RFI must be unclassified and should not exceed 40 pages in length. All proprieta ry and restricted information shall be clearly marked. All responses shall be transmitted electronically to the Interactive Business Opportunity Page (IBOP) at https://abop.monmouth.army.mil, under the Army Pre-Award, CECOM LCMC Market Research section, s ubject as above. Point of Contact: Tom Kosinski Phone: 732-532-0398 Email: Tom.Kosinski@us.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
SN01534291-W 20080319/080317224036 (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.