Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2013 FBO #4295
SPECIAL NOTICE

58 -- Notice of Intent to award a sole source AN/TPQ-53 Full Rate Production Contract

Notice Date
8/26/2013
 
Notice Type
Special Notice
 
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
W15P7T13RC113
 
Archive Date
11/24/2013
 
Point of Contact
Marc Concilio, 443-861-4790
 
E-Mail Address
ACC-APG - Aberdeen Division B
(marc.a.concilio.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Synopsis. This is a notice of intent to award a sole source contract under the authority of Federal Acquisition Regulation 6.302-1 (Only One Responsible Source) for a Full Rate Production (FRP) Contract of the AN/TPQ-53 Radar System. The Army Contracting Command, Aberdeen Proving Grounds intends to award a contract with Lockheed Martin Maritime Systems and Sensors (MS2), Electronics Park 6-49, Syracuse, NY 13221-4840. 2. Introduction. a. Program Description. The U.S. Army Product Manager (PM) Radars and the U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) have a requirement for AN/TPQ-53 radar systems, spares and non developmental engineering and field support. The AN/TPQ-53 radar will serve as the Army's replacement for the AN/TPQ-36 and AN/TPQ-37 radars. The AN/TPQ-53 radar shall satisfy known current and future force concept requirements by interfacing with the global information grid and future force battle command systems. The AN/TPQ-53 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 radar is highly mobile radar that will detect projectiles in-flight, as well as determine and communicate the firing point location of rockets, artillery and mortars (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, of which 17 were procured via letter contract in April 2010. Three additional radars were procured in August 2011. On 29 February 2012, the Government competitively awarded a firm fixed price contract for up to 54 low rate initial production assets and spares. The table below provides contract information. Contract NumberAward DateContractorExtent Competed/Authority W15P7T-06-C-T00426 Sep 06Lockheed MartinFull and open competition 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 MartinFull and open competition W15P7T-12-C-C01515 Mar 12Lockheed MartinOption Award (FAR 17.2) W15P7T-12-C-C01526 Jun 13Lockheed MartinOption Award (FAR 17.2) 3. Full Rate Production Acquisition Approach. a. Acquisition/Procurement Strategy Planning Information. The Government anticipates the FRP contract will be a single award, indefinite delivery/indefinite quantity (ID/IQ) contract with firm fixed price and cost plus provisions. The contract will be comprised of a base year, with up to four ordering periods. Range quantities will be used for each ordering period. The contract will include provisions for ordering spares, training, technical data, reliability data, logistics data and technical manuals on a fixed price basis. The contract will include cost plus provisions for services, which include but are not limited to operations; maintenance and repair; interim contractor support; training; test support; studies and analysis; field support representatives; threat support upgrade; software maintenance and updates; technology insertion and fielding support. The Government anticipates release of the solicitation in calendar year 2014. Production of approximately 70 systems is planned for from FY15 to FY20. The Government estimates a production quantity range of between 12-30 systems per year. b. FRP Requirements. The Government does not own a technical data package for this effort. The draft AN/TPQ-53 Performance Specification, dated 10 May 2013, is available upon request. All AN/TPQ-53 Performance Work Statement and Performance Specification requirements will be stated in performance based terms. Proposed systems are required to be production ready upon contract award. The Government 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. The prime mover shall be an Army standard wheeled vehicle with an integrated armor package (IAP) to allow it to accept B, C, D armor kits or a Long Term Armor Strategy (LTAS) armor cab (depending on vehicle type for full armor protection). This requirement shall not drive the weight of the vehicle beyond its gross vehicle weight limits. The Government will not provide vehicles as Government Furnished Equipment (GFE); rather the contractor will be required to provide vehicles. The technical data package for the Family of Medium Tactical Vehicles 1092A1P2 LTAS is available upon request. Other program objectives include reducing life cycle sustainment costs of the AN/TPQ-53 radar, while providing current technology and a critical and effective capability to the Warfighter. 4. Notice of Intent. Any response to this notice of intent must show clear and convincing evidence that competition would be advantageous to the Government. In doing so, interested sources must submit technical capabilities, pricing, and other information that demonstrates their ability to meet the Governments needs no later than 27 September 2013. Provide any other relevant information you wish to share regarding your ability to satisfy the requirements of the AN/TPQ-53 Performance Specification. This Notice of Intent is not considered a request for bid/quote/proposal. No solicitation document is available. Telephone requests for additional information will not be honored. Any UNCLASSIFIED questions regarding this Notice of Intent may be sent directly to the Contracting Officer. No contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source is available and if competition yields to be advantageous to the Government. Any responses submitted shall be at no cost to the Government. After reviewing the industry's responses, capabilities, and comments to this Notice of Intent, the Government may schedule an Industry Day or one-on-one meetings for further market research discussions. 5. Response Requirements. All response submissions should include a cover page with the following information: a.Company name b.Address c.Point of contacts, including names, email addresses, and 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. Small businesses must identify any applicable socio-economic categories such as small disadvantaged business, service-disabled veteran-owned small business, 8(a), woman owned small business, etc. e. List of supplemental information or product brochures provided as attachments (if any are provided). Company information will be verified via the System for Award Management (SAM) Database. Responses to this Notice of Intent must be unclassified, and must not exceed 50 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 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 page limitation requirement. Supplementary product brochures shall be labeled as attachments, and shall be identified and listed on the cover page as such. 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/3fdd9530bbbc57b590fba7a2c64fad4e)
 
Record
SN03162558-W 20130828/130826235541-3fdd9530bbbc57b590fba7a2c64fad4e (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.