Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2009 FBO #2606
SOLICITATION NOTICE

58 -- Market Research/Sources Sought for the Contractor Logistics Support (CLS) for the Armys Mobile Multi Band Jammer (MMBJ) 2.1 Systems AN/VLQ-14(V)1 (approximately 3,000 Systems

Notice Date
1/12/2009
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, 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-09-R-M-602
 
Response Due
2/9/2009
 
Archive Date
4/10/2009
 
Point of Contact
Asif damji, 732-427-1458<br />
 
Small Business Set-Aside
N/A
 
Description
**NOTE: This is a modification to the market research\sources sought notice for the Contractor Logistics Support (CLS) for the Armys Mobile Multi Band Jammer (MMBJ) 2.1 Systems AN/VLQ-14(V)1 (approximately 3,000 Systems. The solicitation number of W15P7T-09-R-M602 is incorrect. The solicitation number for this action is W15P7T-09-R-M606. There is no other change to this notice. This request for information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. The Counter Radio Controlled Improvised Explosive Device (RCIED) Electronic Warfare (CREW) program provides the army and other military services and government agencies with an electronic warfare capability to counter the threat from RCIEDs. The CREW program is comprised of numerous systems, which fill a wide range of the electronic warfare requirements. The CREW systems protect the members of U.S. forces operating in, or primarily stationed in Iraq, and Afghanistan in support of U.S. operations in the Global War on Terrorism including Operation Iraqi Freedom (OIF) and Operation Enduring Freedom (OEF). The Product Manager, CREW has identified the need for CLS Support for the AN/VLQ-14(V) 1, Mobile Multi Band Jammer (MMBJ) 2.1 System (approximately 3,000 Systems). Impact Science and Technology (IST), a wholly owned subsidiary of ITT Force Protection Systems Division, is the developer and only manufacturer of the AN/VLQ-14(V)1 MMBJ 2.1 System. This CLS requirement is based on a directive from the Joint IED Defeat Office (JIEDDO) that is the oversight authority for CREW product development and production. JIEDDO has officially established that once the CREW systems (like the MMBJ) have completed fielding and are designated for transition to a particular service, then it becomes that services responsibility to support, sustain and maintain these systems. Within the Army, PM CREW has been identified to become the service organization responsible to provide these critical and timely support functions for the MMBJ 2.1. The United States Army CECOM LCMC is conducting this market survey to determine price and availability from potential sources capable of fulfilling a 5 Year Contractor Logistics Support (CLS) effort. The Government has a requirement for sustainment and contractor logistics support for the MMBJ 2.1 Systems (approximately 3,000 Systems). The Government does not have a technical data package for the MMBJ. This effort will include the following: - Program Management The contractor shall provide monthly Program Management Reports, maintenance accountability database, threat level development and participate in IPRs with the Government for the duration of the contract - Field Service Representatives: These services are to be performed in Afghanistan and possibly other locations within SWA. The FSRs will be deployed in-theater. FSRs will be located and integrated into Regional Support Centers in the Area of Operations. FSRs will be capable of providing Subject Matter Expert (SME) services as well as provide technical support to achieve technical efficiency, train, troubleshoot, etc. - Depot Support Services : This effort will require TYAD support and/or coordination. - Configuration Management : The Contractor shall provide a Maintenance Configuration Management (CM) System to track ECNs and ECOs, and to ensure each delivered item conforms to the CM baselined documentation. Mission essential Equipment Line Replaceable Units (LRUs) and Shop Replaceable Units (SRUs) changes that affect form, fit and function and Engineering Change Proposal (ECPs). - Spares Acquisition and the procurement of full MMBJ systems to replace Beyond Economical Repair (BER) systems. - Packaging and shipping support - Software Support: No software package is available nor is there a procurable Technical Data Package. In support of this effort the contractor shall provide software support, including but not limited to, software troubleshooting, evaluation and correction, and software testing. The Contractor is required to provide all personnel, supervision, management, materials, services and documentation. - Parts and Technology Obsolescence Management: The contractor will be required to propose cost effective approaches and resolutions of obsolescence. - Training: The Contract shall provide initial training of the FSR team (government and contractor) suitable for training all aspects of system installation, operation, controls, preventive maintenance and safety of the MMBJ. - Technical Documentation: The Contractor shall provide Technical Documentation such as user manuals, reference cards, training material as requested by the Government. - Support to Testing: Upon notification from the Government the Contractor shall provide system test support on site at a government facility or test range. This support shall include but not limited to in plant and on site testing. - Pre-Planned Product Improvement (P3I): At the discretion of the Government, the Contractor shall propose improvements or upgrades. Improvements or upgrades may include both hardware and/or software enhancement. All interested parties are invited to describe their capabilities to provide the MMBJ CLS as described herein. All respondents should provide a product brochure, company literature or information that details their capabilities. All submissions should include company name, point of contact to include, name, position, telephone number and email address. All interested parties are encouraged to respond to this RFI by providing the above information on or before 30 Jan 2009, 1600 Eastern Daylight Saving Time (EDST). Responses to this RFI must be unclassified and should not exceed 40 pages in length. All proprietary 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, subject as above. Point of Contact: Lou Perone Louis.perone@us.army.mil 732-532-9927
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fb4dec5035abf94a81589d36fa6027a2&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
Zip Code: 07703-5008<br />
 
Record
SN01730857-W 20090114/090112215409-fb4dec5035abf94a81589d36fa6027a2 (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.