SOURCES SOUGHT
14 -- This is a request for information (RFI) only. The US Government is seeking sources to manufacture PATRIOT Battle Management, Command, Control, Communications, Computers, and Intelligence (BMC4I) hardware upgrade spares.
- Notice Date
- 12/15/2014
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W31P4Q14R0174
- Response Due
- 1/7/2015
- Archive Date
- 2/13/2015
- Point of Contact
- Scott Leach, 256-955-9223
- E-Mail Address
-
ACC-RSA - (Missile)
(scott.leach1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army, Lower Tier Project Office (LTPO) has identified a need for upgrade spares for the PATRIOT BMC4I suite of hardware. The BMC4I suite is contained within the Engagement Control Station (ECS) and Information Command and Control (ICC) shelters and the Radar of the PATRIOT weapon system. This effort will include all hardware, facilities, equipment, technical expertise, planning, management, manufacture and testing efforts to include all incidental services to produce the PATRIOT BMC4I upgrade spares. The BMC4I upgrade spares includes the following part numbers with delivery beginning no later than (NLT)14 months after contract award (ACA) and ending no later than 16 months ACA: 1.Single Board Computer (SBC)-1, P/N 13646235-1, 36 each. 2.SBC-2, P/N 13646235-2, 36 each. 3.SBC-1, P/N 13643237-1, 19 each. 4.SBC-2, P/N 13643237-2, 19 each. The Government will provide a technical data package to cleared contractors. First Article Testing (FAT), Environmental Stress Screening (ESS), Product Acceptance, Functional Configuration Audit (FCA), Physical Configuration Audit (PCA), and Production Qualification Testing (PQT) will be required. This procurement will include access to classified information and will require the contractor to be a US corporation, which has a secure manufacturing facility and the ability to maintain a communication security (COMSEC) account. Further, the Defense Contract Management Agency (DCMA) will be asked to conduct a pre-award survey of the contractor's facility to determine the capability to successfully fulfill the requirements of this contract to minimize risk to the PATRIOT program schedule. Interested firms who believe they are capable of providing the above mentioned items are invited to indicate their interest by providing: 1.Company name, company address, overnight delivery address (if different from mailing address, Cage Code, point of contact, e-mail address, telephone number, fax number. 2.Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc.) 3.Affirmation of cleared personnel 4.Please provide a description of your company's experience and capabilities manufacturing hardware upgrades similar in nature and scope to the BMC4I hardware suite contained within the Engagement Control Station (ECS) and Information Command and Control (ICC) shelters and the Radar of the PATRIOT weapon system. 5.Please provide a brief description of your company's existing capabilities, including all hardware, facilities, equipment, technical expertise, planning, management, manufacture and testing infrastructure required to produce the PATRIOT BMC4I upgrade spares. All responses shall be unclassified. All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. The experience/expertise description should be no longer than 5 pages. Send your response to the Contract Specialist, Scott Leach, at email scott.e.leach.civ@mail.mil, no later than 16:30 p.m. on 7 January 2015. No telephone or facsimile requests will be accepted. Responses will not be returned nor will be considered by the Government as offers. POC: Scott Leach Contract Specialist Army Contracting Command, Redstone Arsenal (ACC-RSA) CCAM-PA-B 256-955-9223 scott.e.leach.civ@mail.mil This RFI is for planning purposes only and shall not be considered as an IFB, RFQ, or RFP. Additionally, there is no obligation on the part of the Government to acquire any products described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Army in developing its acquisition strategy. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f11e85764cd2f5bec1bcd018f84e2ddf)
- Place of Performance
- Address: ACC-RSA - (Missile) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN03596059-W 20141217/141215234519-f11e85764cd2f5bec1bcd018f84e2ddf (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 |