SOURCES SOUGHT
R -- SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
- Notice Date
- 12/15/2016
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q12R0130
- Archive Date
- 1/14/2017
- Point of Contact
- Zulekia U. Stewart, Phone: 2568429198, Kenneth Bruton, Phone: 2568424062
- E-Mail Address
-
zulekia.u.stewart.civ@mail.mil, Kenneth.c.Bruton.civ@mail.mil
(zulekia.u.stewart.civ@mail.mil, Kenneth.c.Bruton.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought PMSC SOL# W31P4Q-12-R-0130 CY17 (1 Feb 17- 31 Mar 17) This is a sources-sought announcement only for informational and planning purposes and does not constitute a solicitation. This Request for Information (RFI) is being issued to accomplish market research and support planning for the below listed requirements. The Government will not pay for any information or reimburse any costs incurred in responding to this RFI. No solicitation is being issued at this time. All information submitted in response to this announcement is voluntary. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps). It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The Government is seeking interested contractors for a contract to provide Phased Array Tracking Radar to Intercept on Target (PATRIOT) Advanced Capability-2 (PAC-2) post production Missile Support for the United States Government (USG) and for Foreign Military Sales (FMS) customers during the period of 1 Feb 17 - 31 Mar 17. The Government does not have a Technical Data Package to provide for this effort. The contractor shall furnish all services, hardware, facilities, equipment, and also provide all planning, management, technical, and logistical support to all test, failure analysis, quality, reliability, and maintenance support activities for the PATRIOT missile rounds conducted at the maintenance facility, Government, and subcontractor locations. The Contractor must provide support at PATRIOT Missile Facilities (PMF) and Missile Assembly/Disassembly Facilities (MADFs) for the U.S. Government and FMS customers worldwide. Export Control License(s) are required. Performing the engineering tasks requires the utilization of special support and simulation equipment developed by the Prime. Due to the complexity of the PATRIOT missile, a technical interface contract would be required between the Prime and the new contractor. The PATRIOT Missile Support Contract (PMSC) requires: a. Alternative sources to have technical expertise on the PATRIOT missile design/operation in order to support troubleshooting, testing, reliability scoring/mission impact, system simulation/hardware in the loop testing, and configuration management interchange with the system developer/prime contractor. b. In order to support missile reliability assessment and failure analysis, the Government requires access to factory test equipment and processes. Alternative sources would be required to duplicate the existing factory test equipment and processes. c. The alternative sources would be required to develop and operate a computer network to service US/FMS customers to collect and transmit performance, configuration, and reliability data, as well as missile work instructions, facility configuration management/tools; and identification of expiring missiles. The contractor would also be required to develop automated programs to transmit missile unique test set data securely. The Prime has developed unique database structures and retrieval tools to support both PATRIOT Missile Facility-Missile Assembly/Disassembly Facility (PMF/MADF) operations and post production activities. The Prime's production and field data have been retained under the "Post Production Data Retention" effort; however the post production data is entirely housed in the Prime's unique database. Typically, production history is compared with field data to determine performance degradation trends and setup test parameters at the PMF. This program has evolved over 40+ years and would require duplication by alternate sources. d. Access to or development of unique test equipment/procedures were developed by the Prime. The PATRIOT Missile Facility/Missile Assembly/Disassembly Unique test equipment/procedures were developed by the Prime. The hardware/software documentation is not adequate to support alternative sources without the Prime's expertise/support. Alternative Sources are required to have technical expertise on the PATRIOT missile design/operation in order to support test equipment trouble-shooting, repair, and upgrade/modification. Request that interested contractors provide the following: 1) Provide a description of your company's experience and capabilities with establishing and providing PATRIOT Missile Support to the Legacy PATRIOT Missile Round for USG and for FMS customers. 2) Provide a description of your company's experience in diagnosing, testing, repairing and delivering services for the PATRIOT Missile Rounds. 3) Describe how your company intends to perform this effort. General: The experience/expertise description should be no more than 5 pages long. Send your response via email to the Contract Specialist, Zulekia Stewart at zulekia.u.stewart.civ@mail.mil no later than 5:00 p.m. on 30 December 2016. No telephone or facsimile requests will be accepted. Responses will not be returned nor will be considered by the Government as offers. Submit any questions via email to the Contract Specialist, Zulekia Stewart, zulekia.u.stewart.civ@mail.mil. Contracting Office: Army Contracting Command - Redstone Arsenal, AL Place of Performance: Army Contracting Command - Redstone Arsenal, AL
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/578132648e9047e1fc7c8e20177fcfdd)
- Place of Performance
- Address: ARMY CONTRACTING COMMAND- REDSTONE, REDSTONE ARSENAL, Alabama, 35898-5280, United States
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN04352338-W 20161217/161215234041-578132648e9047e1fc7c8e20177fcfdd (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 |