Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 21, 2013 FBO #4380
SOURCES SOUGHT

58 -- Request for Information/Sources Sought Announcement for Software Support, Spares Repairs and Program Management for the Initial Production AN/TPQ-53 Radar System

Notice Date
11/19/2013
 
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
W15P7T06CT004-S001
 
Response Due
11/27/2013
 
Archive Date
1/18/2014
 
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 Request for Information/Sources Sought Announcement (RFI/SSA) is being issued to accomplish market research for Software Support, Spares Repairs and Program Management for the Initial Production (IP) AN/TPQ-53 Radar Systems. 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. This RFI/SSA is being issued to obtain information from interested sources regarding their ability to satisfy the requirements of Software Support, Spares Repairs and Program Management for the Initial Production AN/TPQ-53 Radar System and their ability to meet the Government's technical performance, cost and schedule requirements. 2. Introduction. a. Program Description. 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. The AN/TPQ-53 Radar System 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. Brigade combat teams and fires brigades must quickly secure the operational area and the current counterfire systems introduce unnecessary risk to operations. b. Program Background and 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 non recurring engineering 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 Firm Fixed Price (FFP) contract (W15P7T-12-C-C015) for procurement of up to 54 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 three 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) 3. Acquisition Approach. a. Acquisition/Procurement Strategy Planning Information. The Government anticipates this effort will be accomplished on a Cost Plus Fixed Fee (CPFF) basis. The Performance Work Statement for the Software Support, Spares Repairs and Program Management for the Initial Production AN/TPQ-53 Radar Systems is available upon request. The period of performance is anticipated to be twelve (12) months. b. Contract Requirements. The contractor shall perform software support, spares repairs and program management for the 32 currently fielded IP AN/TPQ-53 Radar Systems procured under contract W15P7T-06-C-T004. The Government does not currently possess the source code or technical data package. 4. Response Requirements. All responses to this RFI/SSA should include the following information: State whether the firm is interested in participating as the prime contractor or as a subcontractor for this contract action. Companies that intend to be a prime contractor should clearly demonstrate the technology, design and production capabilities to meet the specified requirements. Any small business interested in participating as the prime contractor should clearly articulate the ability to satisfy the requirements of Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting. a. Summarize relevant experience. b. Assess the risk associated with meeting the requirements. Specifically, lay out the impact to cost, schedule and performance given the Government is not providing a TDP or source code. c. Identify major cost drivers for this action. d. Provide a milestone schedule for accomplishing the effort. e. Identify potential partner/teaming arrangements or joint ventures that may be pursued to meet these requirements. f. At a minimum, identify the assumptions on which the response is predicated, any required GFE/GFI and/or all required Government support anticipated. g. Provide any other relevant information regarding the firm's ability to satisfy the requirements of this effort. 5. Place of Performance: United States. 6. Additional Instructions. All response submissions should include a cover page with the following information: a. Company name. b. Address. c. Points of contact, 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, woman owned small business, etc. Company information will be verified via the System for Award Management (SAM) database. Responses to this RFI/SSA must be unclassified, and must not exceed 20 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 Arial font 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 1700 hours on 27 November 2013. Telephone or email requests for additional information will not be honored. Any unclassified questions regarding this RFI/SSA may be sent to the Point of Contact listed below. 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. 7. Contracting Office Address. Contracting Office Address: U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Attention: CCAP-CCC (Mr. Marc Concilio, Contracting Officer) 6001 Combat Drive Aberdeen Proving Ground, MD 21005 Point of Contact: Marc Concilio Contracting Officer 443-861-4790 Marc.A.Concilio.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/611fdfbeefc1d1e98155dcb4b3cc282c)
 
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
SN03236918-W 20131121/131119234401-611fdfbeefc1d1e98155dcb4b3cc282c (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.