Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
SOURCES SOUGHT

58 -- 58 - Market Survey for Single Channel Ground and Airborne Radio System (SINCGARS)

Notice Date
8/9/2010
 
Notice Type
Sources Sought
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-4928-1
 
Response Due
8/23/2010
 
Archive Date
10/22/2010
 
Point of Contact
Peter J Reha, 732-532-2009
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(peter.reha@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
FOR MORE INFORMATION PLEASE CONTACT Denis Chan, Electronics Engineer, (732)532-1894. This notice attempts to identify additional sources to meet future SINCGARS sustainment requirements. Contract number W15P7T-05-D-J101 was awarded on a competitive basis to ITT Industries, Aerospace-Communications Division (ITT), 1919 W. Cook Road, Ft Wayne, IN 46801 on November 30, 2004 for the manufacture and support of the ITT designed SINCGARS assemblies, including the Integrated Communications Security(ICOM)RT-1523, RT-1523B, RT-1476, RT-1477, RT-1478, System Improvement Program (SIP) RT-1523C, and Advanced System Improvement Program (ASIP) RT-1523E and RT-1478D, ASIP-Enhanced RT-1523F and RT-1523G,AM-7238,AM-7239. This contract is a Firm-Fixed-Price (FFP) and Time and Material (T&M), Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, with a five-year base period and two option years to produce SINCGARS, spare parts and sustainment support for the ITT family of SINCGARS products. The Government is seeking interest from alternate sources capable of producing a build to print version of these configurations at a rate of up to 2000 equivalent Line Replacement Units (LRUs) (including spare parts and CCAs) per month. The proposed contract will be an IDIQ type contract with only the initial quantity being guaranteed. The contract includes configuration management responsibility (including obsolescence management) to address major obsolescence issues. The Government is interested in identifying sources with the capability to produce the radio and associated LRUs, spare parts and CCAs over the next 3-5 years. Interested sources must demonstrate that they have the plant capacity to meet monthly demands of up to 2000 equivalent SINCGARS LRUs (including spare parts and CCAs) per month. In addition, interested sources must be a U.S. vendor possessing the necessary security clearance to process Communications Security COMSEC equipment. Deliveries must begin within 9 months of contract award to include completion of First Article Testing (FAT) to satisfy Army fielding and sustainment requirements. FAT will be required for all sources other than ITT, that are interested in the proposed action. Contract Number W15P7T-05-J101 also includes requirements for services, to include the repair of all hardware and ancillary items listed under the contract and hardware procured under the contract. Engineering support services are required to be performed throughout the length of the contract for efforts related to supportability analysis, development, manufacturing, testing and fielding of SINCGARS items delivered under this contract. Selected engineering tasks include, but are not limited to: 1) The evaluation of the maintenance concept to ensure the most cost-effective sparing options are maintained on elected models or assemblies affected by obsolete components 2) The update of field maintenance procedures as required, to include organizational level as well as the AN-GRM-122 software and technical documentation support, are required to be performed. Contractor Field Service Representative (CFSR) support of all system installations, training and field support of all SINCGARS equipment is also required to be performed under this contract. SINCGARS training support services and material are required to be provided. The CFSR support will include the responsibility to conduct in-country site surveys, installation kit development and spare parts packages and engineering support to resolve field identified technical issues with the SINCGARS radio system. Interested sources may identify their interest and capability to meet the Governments requirements. Sources capable of providing these items in accordance with the Governments requirements, to include the required delivery schedule, shall respond in writing. The response shall include a short introductory description (unclassified) outlining a viable approach that meets the above needs and should address production capabilities. Responses from interested sources shall address their capability to act as a single provider for the SINCGARS, spares, and services. Submit one electronic copy of the submission to the following: PD TRCS, ATTN: SFAE-C3T-FBC-TRC (James Bowden), Telephone: 732-427-3062, Email: James.Bowden@us.army.mil. Submit one electronic copy of the submission to the following: CECOM LCMC, ATTN: RDER-PRC-TR (Denis Chan), Telephone: 732-532-1894, Email: Denis.Chan@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0f2e63d9fb6d856d516e0233bb3dc0c2)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN02234136-W 20100811/100809235542-0f2e63d9fb6d856d516e0233bb3dc0c2 (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.