Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2013 FBO #4074
MODIFICATION

58 -- Amendment to Sources Sought Announcement (SSA) for AN/TPQ-53 Full Rate Production (FRP)

Notice Date
1/17/2013
 
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-13-R-C113
 
Response Due
2/12/2013
 
Archive Date
3/18/2013
 
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 effect the following changes: 1. Clarify that the submission date is Tuesday, 12 Feb 2013. 2. Increase the acceptable file size for submission to 20 MB 3. Allow for hard copy submission 4. Allow for submission in PDF file format 5. Clarify that ATEC witnessed data will not be accepted in lieu of participation in the FRP LASD event. The Government reserves the right to change this decision at a later date. 1. Synopsis. The government does not intend to award a contract on the basis of this Request for Information (RFI) or Sources Sought Announcement (SSA), or to otherwise pay for the information requested. Your response will be treated as information only. This RFI/SSA shall not be considered as an invitation for bids, request for quotations, or a Request for Proposals (RFP). It shall not be used as a proposal. This RFI/SSA is issued for the purpose of conducting pre-solicitation planning and market research to determine production capabilities for the procurement of the counterfire target acquisition radar (AN/TPQ-53) system including training in support of OCONUS tasks. This RFI/SSA is a market research tool to determine potential sources prior to determining the method of acquisition and issuance of a RFP. This RFI/SSA is being issued to satisfy a requirement of the February 2012 Acquisition Decision Memorandum (ADM) which required Product Manager Radars (PM Radars) to conduct market research to ascertain industry's ability and interest in satisfying AN/TPQ-53 production requirements. The information gained from the RFI/SSA will be used to support development of a business case analysis which assesses the feasibility of reintroducing competition for FRP in FY14. It is the intent of this RFI/SSA to accomplish the following four objectives: a. Conduct market research to determine interested sources capable of producing and delivering AN/TPQ-53 FRP assets. b. Obtain information from interested sources on their radar technology capabilities and abilities to meet the specifications of the AN/TPQ-53 system. Capability statements will not be utilized for any purpose other than for market research. c. Obtain information from interested sources on their production and manufacturing capabilities to meet system requirements within the proposed acquisition timeline. d. Request capability statements to assist in developing a procurement strategy to meet the U.S. Army Counterfire Target Acquisition Radar needs. 2. Introduction. a. Program Description. The U.S. Army PM Radars and the U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) have a requirement for the FRP assets of the AN/TPQ-53. The AN/TPQ-53 radar system will serve as the Army's replacement for the AN/TPQ-36 and 37 radars. The AN/TPQ-53 system capability shall satisfy known current and future force concept requirements by interfacing with the global information grid and future force battle command systems. The enhanced capabilities of this radar will provide the Warfighter with continuous and responsive counter-battery target acquisition for all types and phases of military operations. The AN/TPQ-53 is a highly mobile radar system that will detect projectiles in-flight, as well as determine and communicate the firing point location of rockets, artillery and mortar (RAM). It will be deployable and capable of operation in varying terrain and climatic conditions. The system shall provide both 90 and 360 degree azimuth detection coverage against all threats at increased ranges, enhanced human machine interface, ease of programmability, and built-in capacity for growth. It also will accurately locate and classify hostile weapon locations at greater ranges and coverage patterns to permit more effective detection and counter-battery fires. b. Program Background and Procurement History. Current and future forces have a critical and immediate need for a RAM locating system that provides 360 degree detection coverage to mitigate capability gaps in force protection and target detection. Current indirect fire detection systems lack the mobility and agility to meet the requirements of the supported force and are too large and slow to support units in all types of military operations. Brigade combat teams and Fires Brigades must quickly secure the operational area and the current counterfire systems introduce unnecessary risk to operations. In 2006, the government awarded a contract to Lockheed Martin following full and open competition. This contract provided for the design of the AN/TPQ-53 radar and the purchase of four radars. Twelve additional radars were purchased under the same contract in response to a directed procurement in July 2008. The Army Acquisition Executive approved the acquisition of up to 20 radars. Seventeen of the 20 were purchased via letter contract in April 2010. Three additional assets were procured in August 2011. On 29 February 2012, the government competitively awarded a firm fixed price contract (W15P7T-12-C-C015) for procurement of up to 54 low rate initial production assets and spares. The table below provides procurement history information. Contract NumberAward DateContractorExtent Competed/Authority W15P7T-06-C-T00426 Sep 06Lockheed MartinCompeted W15P7T-06-C-T00425 Jul 08Lockheed MartinOption Award (FAR 17.2) W15P7T-06-C-T00412 Apr 10Lockheed MartinLetter Contract; award of 17 systems as part of an undefinitized contract action (UCA) (FAR 16.302-1) W15P7T-06-C-T00411 Aug 11Lockheed MartinUCA Definitization; award of 3 systems (FAR 16.302-1) W15P7T-12-C-C01529 Feb 12Lockheed MartinCompeted 3. Full Rate Production Acquisition Approach. a. Acquisition/Procurement Strategy Planning Information. The FRP contract will be a single award, firm fixed price (FFP) contract comprised of a base year, with multiple separately priced options and range quantities. Spares, new equipment training, and technical manuals will also be acquired on a FFP basis. The contract will include cost plus fixed fee provisions for services. The scope of cost plus efforts will include, but not be limited to: operations; maintenance and repair; interim contractor support; test support; studies and analysis; field support representatives; threat support upgrade; software maintenance and updates; technology insertion and fielding support. PM Radars anticipates release of the solicitation in fourth quarter fiscal year 2013 (4QFY13), with an anticipated award date of 3QFY14. b. FRP Requirements. All AN/TPQ-53 Performance Work Statement (PWS) and Performance Specification requirements will be stated in performance based terms. Proposed systems are required to be production ready upon contract award. PM Radars plans to structure contract requirements to ensure industry has the flexibility to employ existing manufacturing and management processes. Industry will further have the flexibility to propose and use facilities, plants and processes, which are the same as they use for commercial production. PM Radars anticipates contract award in 3QFY14. AN/TPQ-53 FRP is planned to commence in FY 14. If all options are exercised, production of approximately 70 systems is planned for from FY14 to FY18. The government estimates a production quantity range between 12-25 systems per year. As currently planned, a key factor of the source selection process will include a Live Ammunition System Demonstration (LASD). The demonstration is planned to take place during first and second quarter FY14 and would require contractors to provide a production representative system for demonstration to a LASD test plan, PWS and Performance Specification of the system. LASD results will be used to evaluate the risk(s) of achieving the required performance within the specified schedule and demonstration of production readiness of the system. Production systems will utilize the Army's family of medium tactical vehicles (FMTV) with the long term armor strategy (LTAS) armored cab as the prime mover of the system. It is intended that the FMTV LTAS will be provided as government furnished equipment (GFE) upon award of the production contract. Other key objectives of the FRP contract and the AN/TPQ-53 radar program are to reduce operational support and life cycle sustainment costs of the radar system, while ensuring the program is delivering the best technologies and most effective capabilities to the Warfighter. A copy of the draft Performance Specification, as well as a copy of FMTV LTAS technical data package, will be made available to interested parties upon request. 4. Request for Information. The government is interested in receiving information from industry on the aforementioned proposed Acquisition Strategy; your company's radar technology capabilities and the ability to meet the AN/TPQ-53 radars system specifications; technology innovations; your production and manufacturing capabilities to meet system requirements within the planned production timeline; identification of cost drivers; recommended milestone schedule for accomplishing production requirements, training in support of OCONUS; and any other information that may be relevant. This will enable the government to assess an appropriate acquisition strategy and your company's ability to meet the requirements and specifications of the system. Responses should include the following pieces of information at a minimum: a. State whether or not your firm is interested in participating as the prime contractor or as a subcontractor on the AN/TPQ-53 FRP contract. b. Contractors responding to this notice with their interest as a prime contractor should confirm they possess the technology, design and production capabilities to meet the specified requirements. c. If contractor is a small business and you are interested in participating as the prime contractor, provide how you plan on meeting the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting. d. Provide your company's capabilities and abilities to meet the requirements and performance specifications of the radar system; to include providing information on any current systems in development, systems planned for development or current fielded systems to meet the requirements and performance specifications of the AN/TPQ-53 system. e. 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. f. If you do not currently have the capabilities to meet the performance specifications and requirements of the system, provide what would be required, and your company's approach to meet the specification requirements of the system in terms of technology and development efforts, time required to meet specification requirements, and the impacts to meeting the production schedule. g. Address your company's production and manufacturing capabilities to the following: (1) Describe and provide the length of time after contract award production representative systems will be available for testing. (2) Describe and provide the number of radar systems (production rate) your company is capable of producing on a monthly basis. (3) Describe and provide the number of months after contract award that this production rate could be achieved. h. Address your ability to provide a system for the LASD within the time frame indicated (first and second quarter FY14), as well as your capacity to demonstrate your proposed system solution has a technology readiness level (TRL) greater than or equal to 8 (TRL 8). i. Please identify what the government can realistically expect your company to provide at LASD. How many assets would your company be able to provide to support the event? How much lead time would your company require to effectively support this event? To what degree could these assets be expected to comply with the technical performance requirements in the draft AN/TPQ 53 Production Specification? Will your asset be fully integrated onto the objective prime mover identified in the AN/TPQ53 Production Specification at the start of LASD? What limitations would the government have to accept regarding your technical performance at LASD? What are the risks and how can they be mitigated? j. Provide your innovative thoughts, comments, approach on key elements of sustainment; and approach and or recommendations on reducing sustainment and overarching life cycle support costs (hardware/software) of the program. k. Identify any efficiency that you believe would lead to additional cost savings for the acquisition, while maintaining a quality system and meeting system performance specifications. l. Provide your thoughts and describe potential partner/teaming arrangements or joint ventures to meet AN/TPQ-53 requirements. m. Identify any activities necessary to achieve the requirements and specifications for this effort. n. Clearly identify assumptions on which your response is predicated. As a minimum, identify any required GFE or government furnished information 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. 5. Response Requirements. All response submissions should include a cover page with the following information: a. Company name b. Address c. Point of contacts - names, email addresses, phone numbers d. Identification of business size, i.e. U.S. large or small business in relation to North American Industry Classification System Code 334511-Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. e. Also, if you are a small business, indicate any applicable socio-economic categories such as small disadvantaged business, service-disabled veteran-owned small business, 8(a), woman owned small business, etc. f. List of supplementary product brochures as attachments (if any provided). Company information will be verified via the central contractor registration database. Responses to this RFI/SSA must be unclassified, and must not exceed 26 pages in length (includes cover page, and table of contents). Double sided printed pages will be counted as two pages. Responses must be provided 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. Information is preferred in soft-copy form in either Microsoft Word, and/or PDF file, and/or Microsoft PowerPoint. Information may be provided through mail, or via e-mail. Respondents should ensure labeling of information contained as proprietary. Supplementary product brochures with product specifications are authorized as attachments and are not included in the 26 page limitation requirement. Supplementary product brochures shall be labeled as attachments, and shall be identified and listed on the cover page as such. All interested firms are encouraged to respond to this notice by providing the information specified herein, on or before 1700 hours (Eastern Standard Time) on Tuesday, 12 February 2013. Responses and inquires pertaining to this announcement shall be sent via email (no more than 20 MB) to all of the following Government personnel: 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 Barsamian (Technical Lead), Paul.A.Barsamian.civ@mail.mil Hard Copies may be submitted to: Army Contracting Command - APG ATTN: Lawrence J. Holton III 6001 Combat Drive Aberdeen Proving Ground, MD 21005-1846 No facsimile submissions will be accepted. After reviewing the industry's responses, capabilities, and comments to this RFI/SSA, the government may schedule an Industry Day and/or one-on-one meetings for further market research discussions. All documentation submitted shall become the property of the government. The government reserves the right to utilize and share with industry any information suggested, unless information is identified with proprietary or business sensitive markings and unique to your company.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2387e3039ac1b040b3cf48446f0c3107)
 
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
SN02967873-W 20130119/130117234717-2387e3039ac1b040b3cf48446f0c3107 (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.