SOURCES SOUGHT
14 -- Phased Array Tracking Radar to Intercept on Target (PATRIOT) Advanced Capability-3 (PAC-3) Missile Multi-band Radio Frequency Data Link (MRFDL) redesign for obsolescence and functionality improvements
- Notice Date
- 3/10/2015
- Notice Type
- Sources Sought
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W31P4Q-12-G0001-0010
- Response Due
- 3/25/2015
- Archive Date
- 5/9/2015
- Point of Contact
- Thelma Collins, (256)842-7309
- E-Mail Address
-
ACC-RSA - (Missile)
(thelma.collins@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a request for information (RFI) only. This is not an invitation for bids (IFB), request for quotations (RFQ), or request for proposals (RFP). This notice is published in accordance with Federal Acquisition Regulation Parts 10.002 and 15.201 in support of market research. No award is intended as a result of this synopsis as the Government has no intention to pay for information received. A requirement has been identified for a contractor to provide Phased Array Tracking Radar to Intercept on Target (PATRIOT) Advanced Capability-3 (PAC-3) Missile Multi-band Radio Frequency Data Link (MRFDL) redesign for obsolescence and functionality improvements. The Government does not have a Technical Data Package to provide for the MRFDL interface or obsolescence effort. The Government requirement is for the MRFDL redesign, 30 year life item with no recertification requirements, to be fully redesigned, tested to the PATRIOT PAC-3 missile environments, and a qualified replacement for the current MRFDL. The Government also requires that within this effort that the interested contractor design and establish the initial manufacturing MRFDL redesign hardware production line within four years of contract award. 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 complete 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. Interested firms who believe they are capable of providing the above mentioned services 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 and facilities 4. A description of the company's expertise in providing RDTE and FMS unique services in the areas identified. 5. The company's experience in meeting contractual due dates for similar type efforts. 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 Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or any subsequent exchange of information. All responses shall be no longer than 5 pages and transmitted electronically to Contract Specialist, Ms Thelma Collins, at e-mail thelma.j.collins4.civ@mail.mil, no later than 5:00 p.m. CST on 25 March 2015. No telephone or facsimile requests will be accepted. Responses will not be returned nor will be considered by the Government as offers. POC: Ms Thelma Collins Contract Specialist Army Contracting Command, Redstone Arsenal (ACC-RSA) CCAM-PAD (256) 842-7309 thelma.j.collins4.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/cbf70bb5e657c62a60d7f8bf3b92f524)
- Place of Performance
- Address: ACC-RSA - (Missile) ATTN: CCAM-PAD, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN03663658-W 20150312/150311000326-cbf70bb5e657c62a60d7f8bf3b92f524 (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 |