Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2016 FBO #5230
SOURCES SOUGHT

10 -- PATRIOT Engineering Services

Notice Date
3/17/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-16-X-0442
 
Archive Date
4/15/2016
 
Point of Contact
Michael Mannarino,
 
E-Mail Address
michael.a.mannarino10.civ@mail.mil
(michael.a.mannarino10.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a request for information (RFI) only. This is NOT an invitation for bid (IFB), request for quotation (RFQ), or request for proposal (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 engineering support activities for the PATRIOT weapon system. These support activities shall include implementation of a parts, materials, and process control system to ensure that all parts, materials, and processes introduced into the PATRIOT system meet approved standards and reliability requirements; custodianship of technical documentation related to the PATRIOT weapons system; operation of the guidance test and simulation facility to support studies and pre and post mission analyses; functional area review of all Investigation Request Response and Engineering Change Proposals before final approval to ensure that there are no adverse impacts to the PATRIOT system; support to the PATRIOT Department of the Army Modification on Work Order effort for the PATRIOT Logistics Support Program; training support to the Lower Tier Project Office, fielded PATRIOT units including North Atlantic Treaty Organization forces, US Army Training and Doctrine Command schools, and the Redstone Arsenal support activities; maintenance of existing software to include capability improvements of post deployment builds of software releases; test program support at White Sands Missile Range and other test locations; and Engineering Services program management to ensure that all PATRIOT international engineering services objectives are met. The Government owns most of the PATRIOT level three technical data package excluding manufacturing data processes. The PATRIOT Prime Contractor (Raytheon Corporation) is currently responsible for system of systems performance requirements and retains most of the unique skill and processes required to perform the PATRIOT Engineering Services Contract. 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 software and systems engineering support for the PATRIOT weapon system. 5. A description of your company's lab capabilities and assets necessary to test and integrate new software capabilities into the PATRIOT weapon system. 6. A description, in general, of your company's approach to meeting the required period of performance of 1 Feb 2018 to 31 Jan 2023. 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 closing date for this RFI is 31 March 2016 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, Michael Mannarino, at e-mail Michael.A.Mannarino10.civ@mail.mil no later than 5:00 p.m. EST on 31 March 2016. No telephone or facsimile requests will be accepted. Responses will not be returned nor will be considered by the Government as offers. 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/5e43df3f45c1957ce6425b8b1083202c)
 
Record
SN04054749-W 20160319/160317235841-5e43df3f45c1957ce6425b8b1083202c (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.