Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2012 FBO #3801
SOURCES SOUGHT

59 -- Sources Sought for Lightweight Counter Mortar Radar (LCMR), AN/TPQ-50

Notice Date
4/19/2012
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T12RS702
 
Response Due
5/9/2012
 
Archive Date
7/8/2012
 
Point of Contact
Tyler DeVan, 4438614793
 
E-Mail Address
ACC-APG - Aberdeen Division B
(tyler.m.devan.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States (U. S.) Army, Army Contracting Command (ACC) Aberdeen Proving Ground (APG), Aberdeen, MD, 21005, intends to procure Lightweight Counter Mortar Radar (LCMR), AN/TPQ-50 systems. The ACC-APG is conducting market research to identify possible sources to produce up to 138 LCMR AN/TPQ-50 systems that meet the technical performance requirements of the LCMR AN/TPQ-50 Performance Specification. This notice is published in accordance with Federal Acquisition Part (FAR) Part 10, Market Research and FAR Part 15, Exchanges with Industry before Receipt of Proposal. This notice serves as a Request for Information (RFI) in support of market research. All information received will be used for planning purposes only. This notice does not constitute an Invitation to Bid, a Request for Proposal, or a Request for Quote. The government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to it. The LCMR AN/TPQ-50 is a lightweight, 360-degree, rapidly deployable, man-transportable, digitally connected, day/night mortar locating radar that uses computer-controlled signal processing of the radar signal data to perform target detection, verification, tracking, and classification of enemy and friendly mortars. The LCMR AN/TPQ-50 is an improved version of the AN/TPQ-49. It provides simultaneous hostile weapon locations, discrimination and friendly fire observation of mortars, cannons and rockets. The LCMR AN/TPQ-50 has improved range and accuracy for mortar. It is disassembled into man-portable cases which fit into a single up-armored M1152 or equivalent high mobility multipurpose wheeled vehicle (HMMWV). The LCMR AN/TPQ-50 is assembled and emplaced on or off the vehicle by a two person team. Interoperability and other performance requirements are delineated in the system Performance Specification. The Army is contemplating a fixed price (FP) production contract for up to 138 LCMR AN/TPQ-50 production representative assets and initial spares. The contract will also include cost plus provisions for support; engineering analysis; and assessment and implementation of potential product improvements not identified at time of award. The contract is anticipated to consist of a base and 2 options, with a combined period of performance of 48 months. There are currently no plans to procure more than 138 LCMR AN/TPQ-50 systems during the period of performance of this contract. However, based upon past experience with the LCMR AN/TPQ-48 and 49 systems, there is a potential for additional funding to emerge to accelerate the planned long term procurement of up to an additional 139 systems and also a potential for other customer requirements for similar systems to emerge. However, there are currently no specific plans to either accelerate procurement of the LCMR AN/TPQ-50 or to procure similar systems for other customers using this contract. The government does not possess a build-to-print technical data package (TDP) for the LCMR AN/TPQ-50. Responses will consist of an unclassified white paper. At a minimum, the white paper shall provide a description of the technical approach and a statement on the ability to meet these key attributes: a.Schedule. Base contract award is anticipated in FY13, with exercise of options in FY14 and FY15. The Government desires system deliveries for both the base and option orders, including spares, to begin within 12 months of the respective orders and to be completed within 12 months of the respective initial delivery dates. Quantities for the base and options will vary depending on available funding and other factors. Base and option order quantities are anticipated to be between 30 and 60 systems per order. Provide sufficient supporting documentation, to include an integrated schedule showing key events such as contract award, any development and/or facilitization, ramp up, test events and deliveries. b.Technical Performance. Summarize the current, demonstrated capabilities of any existing system that is relevant to the requirements of the LCMR AN/TPQ-50 Performance Specification. Information should include descriptions of products that will be available for delivery within the timeframe indicated above and should include sufficient documentation to support any claims that the system performance will meet the performance capabilities articulated in the LCMR Performance Specification. Also identify any areas where current systems do not meet these performance capabilities and what steps, if any, would be required to more fully meet the performance capabilities. Documentation may include system technical specifications, product brochures and related literature, performance test data, system drawings and/or photographs, or any other data to support claims. Responses may discuss types, extent, depth and breadth of analysis and data to substantiate performance claims. Responses should identify and summarize previous testing of either individual components of their proposed system, or the integrated system, by either the U. S. government or other independent test agencies. c.Technological Maturity and Manufacturing Readiness. Address the maturity of the product design by identifying any systems delivered to date, whether these systems are prototypes or production representative items, the quantity of systems produced to date, test results to date and any relevant field data demonstrating the system performance. Describe your quality processes. d.Supportability. Address key elements of supportability to include training, technical publications, supply support, repair, and maintenance. e.Modularity and Open Systems Architecture (MOSA). Discuss system design relative to modularity and open systems architecture, which can accommodate rapid and cost efficient implementation of design changes. f.Cost. Identify the estimated unit cost of the system, including any quantity breaks. Include unit price and quantity information for relevant previous orders for similar products. g.Reliability. Provide demonstrated and documented reliability consistent with the requirements of LCMR AN/TPQ-50 Performance Specification, or a reliability growth curve (RGC) with supporting narrative describing how required reliability will be achieved. h.Production Capability. Provide the estimated minimum and maximum sustained production rates by month/year. Also identify required manufacturing facilities, personnel and all necessary resources to complete the effort. i.Long Lead Items. Specifically identify any long lead items associated with the design and approximate lead time associated with each item. j.Assumptions. Clearly identify assumptions on which the response is predicated. As a minimum, identify any required government furnished equipment (GFE) on which the schedule is predicated; and all required government support anticipated. Also identify and discuss plans and risks associated with reuse, or dependency on any other awarded contract. Company information will be verified via the Central Contractor Registration (CCR) database. Responses to this RFI must be unclassified and should not exceed 40 pages in length, be prepared on 8.5 x 11 inch paper, double spaced with fonts no smaller than 10 point, and one inch margins. Each page of the submission shall contain the document identifier in the document header. Responses are preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint. If a soft-copy cannot be provided, written responses will be accepted. Responses may be provided through mail or via e-mail. Respondents should ensure labeling of information contained as proprietary. All interested firms are encouraged to respond to this notice by providing the information specified herein, on or before 1700 hours on Wednesday, 9 May 12. Telephone or email requests for additional information will not be honored. Any UNCLASSIFIED questions regarding this RFI may be posted to the FedBizOpps. Any additional questions may be forwarded to Tyler DeVan (Contract Specialist) e-mail: tyler.m.devan.civ@mail.mil or Jody McCourt (LCMR Project Lead) e-mail: jody.r.mccourt.civ@mail.mil. The Performance Specification for the LCMR AN/TPQ-50 contains unclassified technical data disclosing military critical technology with military applications. Only businesses that have been certified by the Department of Defense (DOD), U. S./Canada Joint Certification Office may access the LCMR Performance Specification. Those vendors that are certified to receive export controlled materials are termed "authorized vendors." The FedBizOpps system receives a daily feed of authorized vendors, which determines access based on a vendor's commercial and government entity (CAGE) code/manufacturing partner identification number (MPIN). To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U. S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084, or call the Defense Logistics Information System (DLIS) at (800)-352-3572. The DLIS U.S./Canada Joint Certification lookup service is available via the internet at: http://www.dlis.dla.mil/jcp. Contracting Office Address: U. S. Army Contracting Command APG-APG Attn: Mr. Frank S. Caltabilota, Contracting Officer Bldg 6001, Room C2-108 Aberdeen Proving Ground, MD 21005 Place of Performance: TBD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/97738359b0631384d52da3dfdf74ba16)
 
Place of Performance
Address: ACC-APG - Aberdeen Division C HQ ARMY CONTRACTING CENTER-APG, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02726119-W 20120421/120419235452-97738359b0631384d52da3dfdf74ba16 (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.