Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2015 FBO #4919
SPECIAL NOTICE

58 -- Intent to award on a sole source basis for Reliability, Maintainability, and Improvement (RMI) Kit installation and support services

Notice Date
5/12/2015
 
Notice Type
Special Notice
 
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
 
Archive Date
5/11/2016
 
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
The U.S. Army Contracting Commanding - Aberdeen Proving Ground, MD intends to solicit and award on a sole source basis under the statutory authority permitting Other Than Full and Open Competition (as prescribed in FAR 6.302-1) with SRCTec, 5801 East Taft Road, North Syracuse, NY 13212. The proposed action is for a modification to a Task Order under contract W15P7T-09-D-M615 which will allow SRCTec to install an additional 100 Reliability, Maintainability, and Improvement (RMI) Kits and continue support services at Tobyhanna Army Depot (TYAD). Further description is provided 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 into Duke V3 chassis. 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. Interested persons may identify their interest in writing to the government point of contact. Responses to this notice must be received not later than 10:00 AM Eastern time 27 May 2015. This notice of intent is not a request for a competitive proposal or a solicitation of offers. The point of contract for this action is Abigail Jordan, email: abigail.g.jordan3.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/34dc32c19f631a92aba257627e358325)
 
Record
SN03727949-W 20150514/150512235219-34dc32c19f631a92aba257627e358325 (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.