SOURCES SOUGHT
99 -- C-RAM FLIR, Part Number 797549
- Notice Date
- 12/3/2015
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
- 797549
- Archive Date
- 1/2/2016
- Point of Contact
- Henry S. Dickerson, Phone: 2568427503, Sherry B. Miller, Phone: 256-842-3481
- E-Mail Address
-
henry.s.dickerson.civ@mail.mil, sherry.b.miller.civ@mail.mil
(henry.s.dickerson.civ@mail.mil, sherry.b.miller.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address: Department of the Army, Army Contracting Command - Redstone, Air and Missile Defense Directorate, CCAM-SM-C; Redstone Arsenal, AL 35898, UNITED STATES Description of Action THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. This Request for Information (RFI) is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. The Government will not pay for any information received in response to this request for information nor will the Government compensate the respondent for any cost incurred in developing the information for the Government. Any request for copies of solicitations will not be addressed since this is a request for information, not a request for proposal. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Respondents may provide information on any currently available product or service that meets the Army's requirements. Format of Submissions/Point of Contact To be considered, responses to this RFI shall be submitted no later than December 18, 2015 to: Henry S. Dickerson, Sr. CCAM-SM-C Bldg. 5250 Redstone Arsenal, AL 35898-5280 Submissions or questions may also be sent electronically to: All information in responses should be unclassified. The response format shall be data files either emailed or on a CD. White papers shall be limited to twelve pages with two additional pages for technical drawings. Acknowledgment of receipt of white papers will not be made and white papers will not be returned. Data Requested Specifically, this announcement is looking for information about production services to manufacture new C-RAM FLIR, Part Number 797549, and sustainment services including: engineering, technical, logistics and repair services to support new production units and the existing fleet of FLIR. The C-RAM FLIR (hereinafter referred to as "FLIR") is uniquely designed to meet the rigorous functional and environmental requirements for full integration and seamless operations with the Landbase Phalanx Weapons System (LPWS). The FLIR is an essential sub-system in the LPWS providing continuous real-time video feed of the target volume where the LPWS is aimed. Per Tactical Standard Operating Procedure, the Battle Captain must visually confirm via the FLIR video that the LPWS is tracking only a hostile RAM target before authorizing intercept fire. The FLIR must provide 24/7 real time video of LPWS operations. The two main services to be addressed are production and sustainment. The production service is for manufacturing new FLIR as needed. For sustainment services, the contractor will establish and operate a Repair Center in CONUS to repair failed FLIR. The Turn Around Time (TAT) from receipt of the failed FLIR at the repair center to complete the repair, verifying, stressing, testing, inspection and acceptance cycle at the Repair Center is 60 days maximum. Failed FLIR will be sent to the Repair Center by C-RAM Logistics and the center is responsible for return shipping back to C-RAM Logistics after acceptance. Engineering and technical service will be required to support weekly teleconference with C-RAM PM and provide detailed technical and operational information and data as requested. The purpose of this Request for Information is to identify potential sources for (1) production of FLIR, and (2) engineering and sustainment support for existing FLIR. The FLIR must operate reliability in extreme environmental conditions to include those stated in MIL-STD-810E and demonstrate a minimum Mean Time Between Failure (MTBF) of 2000 hours operating 24/7. Other FLIR models (other than Part Number 797549) can be presented for consideration for this application with the proposing firm identifying the impact of demonstrating and certifying full integration and seamless operation with the LPWS system, Firms should identify themselves as a small or large business and should identify the product they offer as either commercial or military. All proprietary material should be clearly marked and will be held in the strictest confidence. The production lead time should also be included. At a minimum, the white paper shall provide a description of the technical approach and a statement on how the technical capabilities meet these key attributes: 1) Production FLIR Operational Effectiveness - Discuss the functional and performance aspects of the product identified. 2) Production FLIR Integration - Discuss how the product has been used in the past 3) Production FLIR Transportability - Discuss transportation limitations when installed and not installed on LPWS 4) Production FLIR Sustainment - Provide the most recent information regarding failure rates and maintenance/sustainment options that might be available. Discuss Mean Time Between Failure rates. 5) Production FLIR Reliability Program - Discuss reliability program to sustain and actively improve FLIR reliability through: a. Failure Reporting, Analysis and Corrective Action System (FRACAS) b. Environmental Stress Screening c. Counterfeit Parts Prevention Program d. Other programs for improving reliability. 6) Affordability - Discuss possible pricing and advise whether economic purchase quantities are applicable 7) Production FLIR System Maturity - Discuss the maturity of the product and when the product might be available for full operational use. Any system or subsystem should be ready to be demonstrated (e.g. Technology Readiness Level Eight or higher (TRL 8)) 8) Other Clients - discuss the major clients you have provided the products to, and whether you are working with clients presently regarding the product. 9) Management - discuss the management approach to be used to organize and control a system to provide the desired support. 10) Other Clients/Experience - discuss the major clients to whom you have provided similar support services, and whether you are working with clients presently regarding the services. 11) Summary: discuss briefly why there is confidence their approach is the most effective in meeting the requirement. Responses must include company name, Commercial and Government, Entity (CAGE) code, mailing address, identify themselves as a small or large business and identify appropriate point of contact information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a99bb1d9e96fe75992038c41184706a4)
- Place of Performance
- Address: Huntsville, Alabama, United States
- Record
- SN03959847-W 20151205/151203234324-a99bb1d9e96fe75992038c41184706a4 (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 |