Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2013 FBO #4361
SOLICITATION NOTICE

58 -- SOURCES SOUGHT FOR AN/TPQ-53 RADAR SYSTEM RETROFIT

Notice Date
10/31/2013
 
Notice Type
Cancellation
 
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-D-GTAC-S039
 
Response Due
11/12/2013
 
Archive Date
12/30/2013
 
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
Solicitation Number: W15P7T-13-D-GTAC-S039 Notice Type: Request for Information/Sources Sought Announcement for Retrofit of the AN/TPQ-53 Initial Production Radar Systems 1. Synopsis. This Request for Information/Sources Sought Announcement (RFI/SSA) is being issued to accomplish market research for the retrofit of up to 32 AN/TPQ-53 Initial Production (IP) Radar Systems, program management support, and the production acceptance testing (PAT) of each retrofitted system. This RFI/SSA is being issued to obtain information from interested sources regarding their ability to satisfy the requirements of the Draft Performance Work Statement (PWS) for the AN/TPQ-53 IP Radar System Retrofit Modification dated 17 October 2013, which is provided as an attachment to this announcement. The Government does not intend to award a contract on the basis of this RFI/SSA, or to otherwise pay for the information requested. This RFI/SSA shall not be considered as an invitation for bid, request for quotation, or request for proposal. It shall not be used as the basis for a proposal. 2. Program Overview. The AN/TPQ-53 Radar System will serve as the Army's replacement for the AN/TPQ-36 and AN/TPQ-37 Radar Systems. The AN/TPQ-53 Radar System 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 System provides the Warfighter with continuous and responsive counter-battery target acquisition for all types and phases of military operations. The AN/TPQ-53 Radar System is a 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. 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. 3. Procurement History. In 2006, the Government awarded a development contract (W15P7T-06-C-T004) to Lockheed Martin following full and open competition. This contract provided for the design of the AN/TPQ-53 Radar System 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 systems 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 FFP contract (W15P7T-12-C-C015) for procurement of up to 54 low rate initial production (LRIP) systems. The following table provides contract information relevant to these procurement actions. Contract Number Award 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 W15P7T-12-C-C01529 Feb 12Lockheed MartinOption Award (FAR 17.2) W15P7T-12-C-C01526 Jun 13Lockheed MartinOption Award (FAR 17.2) 4. Description of Contract Action. The Government anticipates retrofit will be accomplished under a firm fixed price (FFP) delivery order (DO) issued under the Global Tactical Advanced Communications System (GTACS) contract W15P7T-11-R-C001. A draft PWS is attached to this announcement. The AN/TPQ-53 Performance Specification (77A582901) is available upon request. This effort will require the retrofit of up to 32 AN/TPQ-53 IP Radar Systems, program management support, and PAT of each retrofitted system. The retrofitted systems must be identical to the AN/TPQ-53 LRIP configuration and meet all requirements of the AN/TPQ-53 Radar System Performance Specification (77A582901). The period of performance is up to 36 months, comprised of 3 ordering periods. The first IP system to be retrofitted will be made available to the contractor within 30 days of contract award. The Government will provide the remaining AN/TPQ-53 IP Radar Systems as Government furnished equipment (GFE) to the contractor, at a rate specified by the contractor, to accomplish retrofit actions necessary to fulfill the terms of the DO. Systems will be furnished to the contractor without ancillary equipment, Components of End Item (COEI), Basic Issue Items (BII), or 60 kilowatt (kw) prime power generators. The contractor is not responsible for the re-integration of ancillary equipment, COEI, BII, or generators prior to acceptance testing and delivery. The IP system will be prepared by the Government at a Government facility for turn-over to the contractor for retrofit. Prime movers of IP systems provided for retrofit will be inspected, maintained, and repaired prior to delivery to the contractor to ensure prime mover mechanical or electrical issues do not impact contractor production activities. Prime power generators will be separated from the IP system during this process. The following items will be provided as Government furnished information (GFI). On completion of acceptance testing of the retrofitted system, the contractor shall deliver the completed AN/TPQ-53 Radar Systems with the following overpacked in each delivered VPC-95 Communications Subsystem Shelter: a.Two hard copies of Technical Manual (TM) 11-5840-390-10, Operator's Manual for Counter fire Target Acquisition Radar, AN/TPQ-53, Part Number (P/N) 77A580320G2, National Stock Number (NSN): 5840-01-601-7155. b.Two hard copies of TM 11-5840-390-23&P, Field Maintenance Manual Including Repair Parts And Special Tools List For Counter Fire Target Acquisition Radar, AN/TPQ-53, P/N 77A580320G2, NSN: 5840-01-601-7155. c.Two Interactive Electronic Technical Publications (IETP) on Compact Disc (CD), (one for each system RCDU). d.Two hard copies of all commercial off the shelf (COTS) manuals required for operation and maintenance support for the commercial components within the end item. e.The Interactive Computer Based Training (ICBT) digital video disk (DVD). f.On board spares in standard packing materials or transit cases. g.Current software version, as directed by the Government loaded on the two Remote Controlled Display Unit (RCDU) Miltope computers provided with the system. h.All system specific GFE furnished with the IP system for retrofit in accordance with the attached PWS (see Appendix D, Government Furnished Equipment). 5. Request for Information. All responses to this RFI/SSA should include the following information: a. State whether your firm is interested in participating as the prime contractor or as a subcontractor on the AN/TPQ-53 radar contract. Companies that intend to be a prime contractor should clearly demonstrate that they possess the technology, design and production capabilities to meet the specified requirements. Any small business interested in participating as the prime contractor should clearly articulate their plan to satisfy the requirements of Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting. b. Summarize relevant experience with radar technologies. Identify any systems in development, systems planned for development, or fielded systems that may be used or leveraged to satisfy the requirements of the AN/TPQ-53 Performance Specification (77A582901). c. Assess the risk associated with meeting the requirements of the AN/TPQ-53 Performance Specification (77A582901). Specifically, lay out the impact to cost, schedule and performance given the Government does not have build-to-print production level drawing to provide. d. Describe production and manufacturing capacity. Identify the length of time after contract award that production representative IP retrofit systems will be available for acceptance testing. Identify the minimum, maximum and optimal monthly production rate for the proposed system. Identify the lead time required to achieve each of these production rates. e. Identify major cost drivers for this action. f. Provide a milestone schedule for accomplishing the system retrofits. g. Identify potential partner/teaming arrangements or joint ventures that may be pursued to meet AN/TPQ-53 IP Radar retrofit requirements. h. Clearly identify assumptions on which your response is predicated. As a minimum, identify any required GFE/GFI on which the approach is predicated, and all required Government support anticipated. i. Provide any other relevant information you wish to share regarding your ability to satisfy the AN/TPQ-53 IP requirements. 6. Place of Performance: United States 7. 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) data base. Responses to this RFI/SSA must be unclassified, and must not exceed 10 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 interested firms are encouraged to respond to this notice by providing the information specified herein, on or before 1200 hours on 12 November 2013. Telephone requests for additional information will not be honored. Any unclassified questions regarding this RFI/SSA may be posted to Federal Business Opportunities. After reviewing the industry's responses, capabilities, and comments to this RFI/SSA, the Government may schedule 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. 8. Contracting Office Address: U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Attention: CCAP-CCC (Mr. Marc Concilio) 6001 Combat Drive Aberdeen Proving Ground, MD 21005 9. Points of Contact: Marc Concilio, 443-861-4790, marc.a.concilio.civ@mail.mil Evan Schlisserman, 443-861-4791, evan.m.schlisserman.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fa08fe9adae4c891ad12c1feb220e8d7)
 
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
SN03225747-W 20131102/131031234538-fa08fe9adae4c891ad12c1feb220e8d7 (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.