Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 30, 2012 FBO #4024
MODIFICATION

58 -- Amendment to Sources Sought Announcement for Support of AN/TPQ-53 Radar Initial Production (IP) systems

Notice Date
11/28/2012
 
Notice Type
Modification/Amendment
 
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
W15P7T-06-C-T004
 
Response Due
12/3/2012
 
Archive Date
1/27/2013
 
Point of Contact
Evan Schlisserman, 443-861-4791
 
E-Mail Address
ACC-APG - Aberdeen Division B
(evan.m.schlisserman.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to remove the requirement that the respondent's white paper address estimated costs for each task identified in this Sources Sought Announcement. Synopsis: This notice is published in accordance with Federal Acquisition Regulation (FAR), Part 10, Market Research and FAR Part 15, Exchanges with Industry before Receipt of Proposal. 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 United States (U.S.) Army Contracting Command (ACC) Aberdeen Proving Ground (APG), Aberdeen, MD, 21005 intends to extend the period of performance on Contract W15P7T-06-C-T004 by an additional six (6) months, from 31 March 2013 to 30 September 2013. The extension will ensure program continuity and critical mission support while allowing the necessary time to complete ongoing efforts associated with a follow-on procurement. The extension will provide for the following services in support of the AN/TPQ-53 radar system: program management; reliability improvement and management; maintainability improvement and management; repair activities; command center support; field service representatives (FSRs); training for FSRs; operations and maintenance training, system support package updates; diminishing resources/obsolescence management services; test support; software support; and spares during production, deployment, testing and fielding. Interim Contractor Support (ICS) is required for 32 accelerated Initial Production AN/TPQ-53 radar systems to ensure the sustainment of the systems prior to development and implementation of the formal supportability concept. The Contractor is required to support up to 12 deployed IP and LRIP AN/TPQ-53 Radar Systems in Afghanistan. The Contractor shall be required to support the remaining delivered IP AN/TPQ-53 Radar Systems in the continental United States, Alaska, Hawaii, and Germany. The AN/TPQ-53 radar is a highly mobile radar set that automatically detects, classifies, tracks, and locates the point of origin of projectiles fired from rocket, artillery and mortar systems with sufficient accuracy for first round fire for effect. It mitigates close combat radar coverage gaps and will ultimately replace the current AN/TPQ-36 and AN/TPQ-37 Firefinder radars; fully supporting brigade combat teams and Fires Brigades operations. The AN/TPQ-53 radar will interoperate with future battle command systems to provide the maneuver commander increased counterfire radar flexibility. The AN/TPQ-53 radar will be capable of being deployed as part of the indirect fire protection capability system of systems to provide a sense and warn capability for fixed and semi-fixed sites. The AN/TPQ-53 radar will provide a system with increased range and accuracy throughout a 90 degree search sector (stare mode) as well as 360 degree coverage (rotating) for locating rocket, artillery and mortar firing positions. Responses to Sources Sought Announcement: Interested sources must comply with the following requirements: Identification of contractor as a large or small business and type (HUB Zone, 8(a), Women-Owned, or Non-Disadvantage). Provide Past Performance data on the aforementioned services in support of production and deployment. Provide back-up information to demonstrate availability of adequate production facility and resources (experienced personnel with training acquired and years of experience with manufacturing and/or repairing item(s), necessary equipment and tooling, space etc.) to successfully perform and satisfy the Government's requirements. Provide current quality standard certification and quality standard that would be in-place for contractual efforts; specify when certification was obtained and revalidated if applicable. Provide capability statement with supporting detailed technical, logistical and managerial back-up data to demonstrate parts of the requirement in which interest lies in. Also indicate whether item(s) or service of interest will be manufactured and/or performed in the Continental United States (CONUS) or Outside Continental United States (OCONUS) and if so, specify location of production facility. Responses will consist of an unclassified white paper that is no more than 20 pages in length. In the white paper, the contractor shall clearly identify which of the aforementioned tasks they are qualified to perform and shall address the technical approach, and schedule constraints associated with each of the tasks. The contractor shall clearly identify assumptions on which the response is predicated. As a minimum, identify any required GFE or Government furnished information (GFI) on which the effort 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. All responsible sources are encouraged to submit their capabilities and qualifications to perform the effort by 1700 hours (Eastern Standard Time) on Monday, 03 December 2012 to ALL of the following Government personnel via email: Marc Concilio (Contract Specialist), Marc.A.Concilio.civ@mail.mil Evan Schlisserman (Contract Specialist), Evan.M.Schlisserman.civ@mail.mil Lawrence Holton (Contracting Officer), Lawrence.J.Holton.civ@mail.mil Monique Cranshaw (Contracting Officer Representative), Monique.Y.Cranshaw-Sanders.civ@mail.mil Paul Stultz (Technical Lead), Paul.C.Stultz.civ@mail.mil Paul Barsamian (Technical Lead), Paul.A.Barsamian.civ@mail.mil No hard copy or facsimile submissions will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c1931134c48df0346260d4a6dc31c0e9)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02938238-W 20121130/121128234153-c1931134c48df0346260d4a6dc31c0e9 (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.