SOURCES SOUGHT
58 -- LIFE CYCLE SUPPORT FOR THE AN/TPS-59(V)3 RADAR SYSTEM
- Notice Date
- 5/6/2009
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Systems Command, M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785409R2121
- Response Due
- 6/20/2009 11:59:00 PM
- Archive Date
- 6/21/2009
- Point of Contact
- JANET L. GARTEN (703) 432-4071DAMON TREVITHICK (703) 432-4246
- Small Business Set-Aside
- N/A
- Description
- The Marine Corps Systems Command (MCSC) intends to negotiate and award a sole-source contract to Lockheed Martin Corporation, Maritime Systems & Sensors, Electronics Parkway, Syracuse, NY, 13221-4840 for non-personal services for life cycle management support for the AN/TPS-59(V)3 Radar System. The AN/TPS-59(V)3 Radar System is a lightweight, transportable, long-range, solid state, 3D L-Band radar. The radar can be integrated as a surveillance radar with the AN/TYQ-23(V)4 as the principal sensor of the Tactical Air Operations Center (TAOC). The radar may also be configured for operation with the Air Defense Communications Platform (ADCP) to provide Theater Ballistic Missile (TBM) data cues to Air Defense weapons systems via a Point-to-Point Data Link (PPDL). It is the only tactical system capable of detecting, tracking, and providing cueing information on short, medium, and long range TBMs. This system is proven to be invaluable in its contribution to TMD in both ! the Marine Air Ground Task Force (MAGTF) and joint theater battlefield. Current support for the TPS-59(V)3 is contracted with Lockheed Martin. MCSC anticipates the award of a single Indefinite Delivery/Indefinite Quantity (ID/IQ)Task Order contract for a base and four option years. Support will include the following: 1) engineering studies to support system improvements, eliminate obsolescence, and capitalize on technology insertion; 2) development of Engineering Change Proposals (ECPs) in concert with the previous studies for implementation in the system baseline; 3) Contractor Logistics Support (CLS) in the form of a Vendor Level Maintenance Program (VLM); 4) CLS in the form of Field Service Representatives (FSRs) for the TPS-59(V)3 at the fielded sites; 5) procurement and incorporation of ECPs in the TPS-59(V)3 baseline; 6) CLS in the form of provisioning data products subsequent to ECP procurement, including parts list, identification data, engineering drawings, cha! nge pages to drawings, change pages to Technical Manuals (TMs) and updates to Interactive Electronic TMs (IETMs); and 7) a Program Management (PM) structure to encompass single interface for the management of all program elements. Lockheed Martin is considered the only source capable of meeting these requirements. No RFP is available for competitive bidding; however, interested parties are encouraged to submit a statement of capability for satisfying this requirement. No telephonic requests will be accepted. All communications shall be in writing to the Contracting Officer and will only be used to consider whether to conduct a competitive procurement. Proprietary information shall be clearly identified as such and will be protected. See Numbered Note 22.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=411770f3255e98d6958fe5d85c398428&tab=core&_cview=1)
- Record
- SN01810453-W 20090508/090506222014-411770f3255e98d6958fe5d85c398428 (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 |