MODIFICATION
58 -- Market Research and Request for Information (RFI) For Counter RCIED Electronic Warfare (CREW) Contractor Logistics Support and Engineering Services
- Notice Date
- 1/28/2010
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T-10-R-M610
- Response Due
- 2/15/2010
- Archive Date
- 4/16/2010
- Point of Contact
- Robert Catania, 732-532-8364
- E-Mail Address
-
CECOM Contracting Center (CECOM-CC)
(robert.catania@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a request for information (RFI) only, not a Request for Proposals (RFP). The US Army, Project Manager Electronic Warfare, Fort Monmouth, NJ, is seeking sources to provide CREW system replenishment spares, depot level repairable parts (DLRP) and Contractor Logistics Support and Engineering Services for the existing density of CREW systems in varying theaters of operations to support various anticipated requirements. The Government anticipates award for each of these three (3) efforts NLT August 2010. Interested parties are asked to respond to any one or more of the following RFI options: 1.0CREW Duke V3 System, AN/VLQ-12 (V)3 Contractor Logistics Support and Engineering Services. The CREW Duke V3 system includes a Primary Unit receiver-transmitter, a Secondary Unit receiver-transmitter and other components. The scope of the activity includes, but is not limited to, configuration management, security, repair parts replenishment, storage and inventory of GFE repair parts, training, software engineering and support, technical documentation, integration and testing support, parts & technology obsolescence management, BER replacement, FRACAS analysis, logistics and maintenance reporting, packing and shipping, support and test equipment procurement, testing equipment support, repair and return of primary/secondary unit and sub-assemblies, depot support, spares production, logistics, OEM OCONUS Field Support Representatives (FSRs), program management, and engineering services related to the Duke V3 system. 1.1Period of Performance: Five (5) Years 1.2Delivery Dates for Replenishment Spares and DLRP: to commence within 2-16 weeks after contract award depending on availability of item 1.3Approximate number of systems: 27,000 2.0CREW CVRJ System, AN/VLQ-13 (V)1 Contractor Logistics Support and Engineering Services. The CREW CVRJ System includes a Primary Unit receiver-transmitter and other components. The scope of the activity includes, but is not limited to, configuration management, security, repair parts replenishment, storage and inventory of GFE repair parts, training, software engineering and support, technical documentation, integration and testing support, parts & technology obsolescence management, BER replacement, FRACAS analysis, logistics and maintenance reporting, packing and shipping, support and test equipment procurement, testing equipment support, repair and return of primary unit and sub-assemblies, depot support, spares production, logistics, OEM OCONUS Field Support Representatives (FSRs), program management, and engineering services related to the CVRJ system. 2.1Period of Performance: Five (5) Years 2.2Delivery Dates for Replenishment Spares and DLRP: to commence within 2-16 weeks after contract award depending on availability of item 2.3Approximate number of systems: 12,500 3.0CREW MMBJ System, AN/VLQ-14 (V)1 Contractor Logistics Support and Engineering Services. The CREW MMBJ System includes a Primary Unit Receiver-transmitter and other components. The scope of the activity includes, but is not limited to, configuration management, security, repair parts replenishment, storage and inventory of GFE repair parts, training, software engineering and support, technical documentation, integration and testing support, parts & technology obsolescence management, BER replacement, FRACAS analysis, logistics and maintenance reporting, packing and shipping, support and testing equipment procurement, test equipment support, repair and return of primary unit and sub-assemblies, depot support, spares production, logistics, OEM OCONUS Field Support Representatives (FSRs), program management, and engineering services related to the MMBJ system. 3.1Period of Performance: Five (5) Years 3.2Delivery Dates for Replenishment Spares and DLRP: to commence within 2-16 weeks after contract award depending on availability of item 3.3Approximate number of systems: 1,678 4.0CREW 3.1 System, AN/PLQ-9(V)1 Contractor Logistics Support and Engineering Services. The CREW 3.1 System is a man-pack jammer and includes three (3) Receiver-transmitters (i.e. Low Band, Mid Band, and High Band) and other components. The scope of the activity includes, but is not limited to, configuration management, security, repair parts replenishment, storage and inventory of GFE repair parts, training, software engineering and support, technical documentation, integration and testing support, parts & technology obsolescence management, BER replacement, FRACAS analysis, logistics and maintenance reporting, packing and shipping, support and testing equipment procurement, test equipment support, repair and return of primary unit and sub-assemblies, depot support, spares production, logistics, OEM OCONUS Field Support Representatives (FSRs), program management, and engineering services related to the MMBJ system. 4.1Period of Performance: Five (5) Years 4.2Delivery Dates for Replenishment Spares and DLRP: to commence within 2-16 weeks after contract award depending on availability of item 4.3Approximate number of systems: 1,500 This RFI is for planning purposes only and shall not be considered as an Invitation for Bids, Request for Quotations, or a RFP. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. 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, Statement of Work/Statement of Objectives and Performance Specifications. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Requested Information: Vendor responses are limited to 10 written pages per option and should include: 1)Description of the companys past performance for CREW systems 2)Description of the companys logistic support capabilities 3)Approach for providing spares for the CREW system 4)Depot and FSR capabilities for the CREW system 5)Description of the companys CREW related engineering capabilities in support of CLS 6)Past and current relevant performance information 7)Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information Responses: Interested firms who believe they are capable of providing the above mentioned services and that meet SECRET clearance requirements are invited to indicate their interest by providing: a)Company name, company address, overnight delivery address (if different from mailing address), Cage Code, point of contact, e-mail address, telephone number, fax number; b)Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc&) c)Affirmation of cleared personnel Qualified vendors must be capable of providing personnel with expert knowledge of DoD CREW systems and possess a DoD SECRET facility clearance. All responses shall be unclassified. In order to receive classified or For Official Use Only (FOUO) information, the offeror must provide the following information to the Interactive Business Opportunities Page (IBOP): Company Name: Company Cage Code: Corporate Mailing Address: Classified Mailing Address: Security Office Information: Name/Title: Email: Phone: All assumptions, including any assumed government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. The closing date for this RFI is 3:00 PM EST on 15 February 2010. Pending a review of the responses, the quality of submission and the level of specification of the information provided, the US Army may conduct a Pre-proposal Conference with Industry and/or one-on-one discussions with Industry at Ft. Monmouth, NJ. Please note the Army is under no obligation to conduct these sessions. To indicate interest in the Industry session, email your name(s) and email address by 8 February 2010 at 4:30 PM EST to the Technical Point of Contact (TPOC) indicated below. The Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or any subsequent exchange of information. 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. The Technical Point of Contact for this effort is John Masco, Phone # (732)532-4350, e-mail address is john.masco@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0b8dac5a580682611e31699153b8556e)
- Place of Performance
- Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Zip Code: 07703-5008
- Record
- SN02051965-W 20100130/100128235024-0b8dac5a580682611e31699153b8556e (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 |