MODIFICATION
58 -- Request for Information (RFI) For Mounted Counter Radio Controlled Improvised Explosive Device Electronics Warfare (CREW) System.
- Notice Date
- 2/24/2015
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACC-APG - Aberdeen Division C, 6001 COMBAT DRIVE
- ZIP Code
- 00000
- Solicitation Number
- W15P7T09DM615
- Response Due
- 2/27/2015
- Archive Date
- 4/25/2015
- Point of Contact
- Abigail Jordan, 443-861-5376
- E-Mail Address
-
ACC-APG - Aberdeen Division C
(abigail.g.jordan3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- ***THIS IS AN AMENDMENT TO THE PREVIOUS SOURCES SOUGHT THAT CLOSED ON 6 FEBRUARY 2015.*** THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS RFI IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSAL, OR REQUEST FOR QUOTES. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSION OF INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR RESPONSES. The U.S. Army Contracting Command Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, MD, is conducting this RFI to identify potential sources for the installation of Reliability, Maintainability and Improvement (RMI) kits into Duke V3 chassis, as described below on behalf of Program Executive Officer (PEO) Intelligence & Electronic Warfare & Surveillance (IEW&S), Program Manager (PM) Electronic Warfare (EW), PdD (CREW). Description: The Duke system provides force protection against RCIED threats for occupants in wheeled and tracked vehicle platforms and within vicinity of fixed site positions. Requirements have been identified for an increased number of RMI kit installations (from 24 to 100, with a total potential of 281) into Duke V3 chassis. Currently, the procurement of the kit parts, the installation, and all associated testing (PAT testing with troubleshooting and repair until PAT is passed) of 24 RMI kits is being performed under contract W15P7T-09-D-M615 by SRCTec Inc, 5801 East Taft Road, North Syracuse, NY. The additional 76 installations shall commence immediately after the first 24 are delivered in April 2015. Following the installation of each unit, the unit must immediately go through a Production Acceptance Test (PAT) per the current Production Acceptance Test Plan & Procedure. This includes a Pre-HASS Functional Test with the current Automated Test Equipment (ATE), HASS Environmental Screening, and Post-HASS Functional Testing with the current ATE. It should be noted that the Government does not own the SW data rights for either ATE or HASS automation. The ATE and all facilities, fixtures, and automation for PAT (including the HASS chamber, benchtop test equipment, and Automated Test Equipment) must be developed / procured using contractor funding. GFE is not available for these items. For any Duke system assembled which does not pass the PAT, troubleshooting and repair must be performed, until the unit is able to meet the PAT requirements. Each unit must be shipped with PAT data, both in an electronic database and via paper printouts. In addition, requirements exist for Depot Repair Services and a Depot-Level Maintenance & Repair Manual (DMWR - Depot Maintenance Work Requirement) to include Unit Test Procedures. Unit Test Procedures must be developed, documented and delivered and must provide full verification of each subassembly's functional operation prior to integration of the subassembly into a complete Duke system. Full technical data/drawings/code for any non-COTS items required for conduct of each Unit Test Procedure must also be provided and a high-level strategy for automation (full or partial) of the Unit Test Procedure must be included. The Depot Repair Services and the DMWR must incompass all subassemblies of the Duke system. Finally, requirements exist within a Public-Private Partnership with Tobyhanna Army Depot (TYAD) for various Depot Support tasks. These services are also currently being provided by SRCTec Inc, 5801 East Taft Road, North Syracuse, NY under contract W15P7T-09-D-M615. TYAD and SRCTec are working hand-in-hand to transfer the full RMI work from SRCTec to TYAD by 1 October 2015. This office intends on issuing an extension of the current Task Order and increasing the ceiling to allow for SRCTec to continue the work and allow for an a seemless transition from SRCTec to TYAD. The Government requests that interested parties submit white papers that fully describe their ability to perform/deliver the above work. The Government does not intend to conduct one-on-one discussions. NOTE THE GOVERNMENT IS UNDER NO OBLIGATION TO CONDUCT DISCUSSION OR REQUEST DEMONSTRATION, NOR IS IT LIABLE FOR ANY COSTS OR EXPENSES INCURRED IN RESPONDING TO THIS RFI. Response Format: The paper must include company name, company address, overnight delivery address (if different from mailing address), cage code, point of contact, e-mail address, telephone number, fax number; business size, unique qualifiers (e.g. large, foreign, small disadvantage, veteran owned, woman owned, etc.). RFI responses are limited to 3 pages, excluding cover page, administrative pages. Responses shall be written using 10 point Times New Roman, single spaced, with one (1) inch margins in Microsoft Word Office 2007 compatible format. The Government acknowledges its obligation under 18 U.S.C. 1905 to protect information qualifying as confidential under this statute. Pursuant to this statute, the Government is willing to accept any proprietary (e.g., trade secret) restrictions placed on qualifying data forwarded in response and to protect it from unauthorized disclosure subject to the following: 1.Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) PROPRIETARY with any explanatory text, so that the Government is clearly notified of what data needs to be appropriately protected. 2.In marking such data, please take care to mark only those portions of the data or materials that are truly proprietary (over breadth in marking inappropriate data as proprietary may diminish or eliminate the usefulness of your response-see item 3 below). Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. 3.The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the possession of the Government will be protected in accordance with the Government's rights in the data. 4.Proprietary data transmitted electronically, whether by physical media or not, whether by the respondent or by the government, shall contain the proprietary legend, with any explanatory text, on both the cover of the transmittal e-mail and the beginning of the file itself. Where appropriate for only portions of an electronic file, identify where the restrictive legends proprietary portion begins and where the proprietary portion ends. RESPONSE Deadline and Submissions: Parties may begin submitting responses to this Request For Information immediately with all white paper submissions due at the below location no later than 5pm (1700) on 26 February 2015. The information provided in response to this RFI will be used to determine whether other sources exist with an ability to deliver the required items to meet the needs of the requirement, and ultimately may result in the Government developing and issuing a Request for Proposal (RFP) to industry for award of a contract. Contracting Office Address: c/o Abigail Jordan 6001 Combat Drive APG, MD 21009 Point of contact for this action is Abigail Jordan, abigail.g.jordan3.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fab4d251bffcf5d6727b9723dcd1651a)
- Place of Performance
- Address: ACC-APG - Aberdeen Division C 6001 COMBAT DRIVE, Aberdeen Proving Ground MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN03650436-W 20150226/150224235426-fab4d251bffcf5d6727b9723dcd1651a (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 |