Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2015 FBO #5123
SOLICITATION NOTICE

14 -- FY 16 PATRIOT Post Deployment Build-8 (PDB-8) upgrade kits to support Battle Management, Command, Control, Communications, Computers, and Intelligence (BMC4I) hardware upgrades.

Notice Date
12/1/2015
 
Notice Type
Presolicitation
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA - Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-16-R-0028
 
Archive Date
12/31/2015
 
Point of Contact
Scott Leach, Phone: 2569559223
 
E-Mail Address
scott.e.leach.civ@mail.mil
(scott.e.leach.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This is a request for information (RFI)/Sources Sought (SS) only. This RFI does not constitute an invitation for bids (IFB), request for quotations (RFQ), or request for proposals (RFP). The US Government is seeking sources to manufacture FY 16 PATRIOT Post Deployment Build-8 (PDB-8) upgrade kits to support Battle Management, Command, Control, Communications, Computers, and Intelligence (BMC4I) hardware upgrades. Background: The US Army, Lower Tier Project Office (LTPO) has identified a need to upgrade the PATRIOT BMC4I suite of hardware. The BMC4I suite is contained within the Engagement Control Station (ECS) and Information Command and Control (ICC) shelters 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 PDB-8 upgrade kits needed for the PATRIOT BMC4I suite hardware upgrades for the US Army and its FMS customers. The BMC4I upgrade includes the following PDB-8 modification kits, with initial delivery beginning no later than (NLT) 14 months after contract award (ACA). This contract is anticipated to include a base year and two option years. 1. Engagement Control Station (ECS) Peripheral Enhancements 0 (PE0) Modification Kit, P/N 13661581, 14 each 2. Engagement Control Station (ECS) Peripheral Enhancements 1 (PE1) Modification Kit, P/N 13661582, 57 each 3. Modification Kit, PE1, ECS, FSCR PBL, P/N 13661583, 12 each 4. Modification Kit - PE0, ECS, Unique, P/N 13661586, 14 each 5. Information Coordination Central (ICC) Modification Kit - PE1, PBL, P/N 13661613, 3 each 6. ICC PE1 Modification Kit, P/N 13661614, 17 each 7. Modification Kit, PE0, ECS, P/N13661653, 4 each 8. Modification Kit, ECS/ICC/CRG COMMON - MSDV3, 26 each 9. Modification Kit, ECS/ICC UNIQUE - MSDV3, 26 each 10. Battery Maintenance Center (BMC) PE1 Modification Kit, P/N 13662353, 50 each 11. Input to Output Ethernet Controller PE0, P/N 13661640, 2 each 12. Modern Adjunct Processor (MAP) Chassis Modification Kit, P/N 13661584, 13 each 13. Boot/Bite Panel Modification Kit, P/N 13661741, 89 each 14. Modification Kit, PE1, P/N 13705105-1, 14 each 15. Modification Kit - PE1, ICC, P/N 13705107-1, 6 each 16. Spares to support Fielding, 4 Lots This procurement will include access to classified information and will require the contractor to be a US corporation, which has a secure manufacturing facility. 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. All drawings and documentation to be included in the technical data package (TDP) are in the final phase of consolidation as a result of a recently approved Engineering Change Proposal. Once completed the TDP will be marked with Distribution Statement D, which authorizes distribution only to the Department of Defense and US DoD contractors. The TDP will also contain an Export Control Warning, restricting the export of technical data in accordance with the Arms Export Control Act or the Export Administration Act of 1979. The Government will provide a technical data package only to cleared contractors when, and if, a solicitation is issued for this requirement. The Government will not provide TDPs in response to this posting. 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. Interested firms who believe they are capable of providing the above mentioned items are invited to indicate their interest by providing the following information to the contract specialist listed below: 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. A description of the company's expertise in providing manufacturing expertise and producing hardware as identified above. 5. The company's experience in meeting contractual due dates for similar type efforts. 6. An estimate of schedule and cost associated with the completion of FAT, ESS, FCA, PCA and PQT required to begin delivery of the production units for this procurement. 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 response date for this RFI is 16 December 2015. 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 transmitted electronically to scott.e.leach.civ@mail.mil. 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 is voluntary and 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 will not pay for the information submitted in response to this RFI. If a solicitation is released for the supplies or services described herein, it will be synopsized on the Army Single Face to Industry Web site. Contracting Office Address: ACC-RSA - (Missile), ATTN: CCAM-PA-B, Room 1E1100, 106 Wynn Drive, Huntsville, AL 35805 Point of Contact: Scott Leach 256-955-9223
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3e5346c0f2b42575488caff585530e50)
 
Place of Performance
Address: ACC-RSA - (Missile), ATTN: CCAM-PA-B, Room 1E1100, 106 Wynn Drive, Huntsville, Alabama, 35805, United States
Zip Code: 35805
 
Record
SN03957433-W 20151203/151201234338-3e5346c0f2b42575488caff585530e50 (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.