SOURCES SOUGHT
59 -- Vehicle and Dismount Exploitation Rader (VADER) Payload System
- Notice Date
- 3/23/2017
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGY-15-D-0004
- Archive Date
- 4/22/2017
- Point of Contact
- Erin Gardner, Phone: 4438615364, Kevin Cook, Phone: 443-861-5362
- E-Mail Address
-
erin.m.gardner5.civ@mail.mil, kevin.j.cook2.civ@mail.mil
(erin.m.gardner5.civ@mail.mil, kevin.j.cook2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSALS, QUOTES, OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR RESPONSES. Background and Description: The VADER system consists of three (3) major sub-systems: radar payload, VADER Exploitation Ground Station (VEGS) hardware and software, and platform integration interface. The A-kit is the interface between the payload and the platform that is unique to each air vehicle (i.e. cabling, power inverter, buffer box, installation hardware, vibration isolators, flight recorders, operator stations). The B-Kit encompasses the core radar components that are common to all VADER systems regardless of air vehicle platform-of-use (i.e. Receiver, Exciter, Processor (REP), antenna pod assembly, and all incorporated software, configured for form-factor differences for the given platform). Request for Information: The Government is requesting contractors to provide sufficient information in the form of a white paper which demonstrates capability and experience in providing the VADER support described above. Interested sources are requested to submit a brief Summary of Demonstrated Capabilities. In addition, interested sources must address the following Market Survey Questionnaire: 1. Administrative Information a. Company Name b. Mailing Address and Website c. Commercial and Government Entity (CAGE) Code d. North America Industry Classification System (NAICS) number. e. State your companies associated Business size and eligibility under U.S. Government social-economic programs and preference (i.e., type of business -large, small, small-disadvantaged, women-owned, veteran-owned or 8(a)). f. Data Universal Numbering System (DUNS) number g. Location of facility(s) h. Subcontracting Plan (if applicable) 2. Person(s) Responding to RFI a. Name b. Title c. Company Responsibility/Position d. Telephone Number/Fax Number e. Email Address 3. Describe your company's ability to perform the required tasks: The purpose of the market survey is to locate potential industry sources capable of providing the necessary procurement of additional systems and providing system support services for the VADER Payload System. The required supplies and services include, but are not limited to: • Product Support Management • Sustainment Management • Engineering and Software Support for VADER hardware (HW) and software/firmware (SW/FW) for the Payload, A-Kit, and Ground Station Application (GSA) and VEGS HW/SW components • Maintenance Planning and Management • Materiel Maintenance Support for updating, maintaining, and sustaining the VADER Payload and ground station SW/HW components • Logistics/Configuration Management • Associated Support and Testing Tools • Field Service Representatives (FSRs) Support for depot repairs and maintenance at CONUS/OCONUS locations • Supply Support • Personnel • Personnel Training and Training Support • Operator and Maintainer Technical Manual documentation • Equipment Retrofit/Modifications • Depot Level Repairs • Information Assurance Support • Acquisition Support for/of Payload Elements and Spare Parts • Technical and reach back support for VADER Payloads at CONUS/OCONUS locations • Facilities required to deploy and maintain the readiness and operational capability of the VADER, subsystems, and components Interested vendors are required to provide an approach to meet the above requirements and be able to demonstrate VADER capabilities. The current provider is Northrop Grumman Missions Systems (NGMS), 1580A W Nursery Rd, Linthicum Heights, MD 21090. NGMS maintains support/configuration management of hardware internal modules and maintains the software source code. The Government does not have detailed documentation on hardware modules or the software source code. Consequently, the Government does not have the detailed documentation or source code to provide to a third party. A technical data package is not available. The purpose of this Sources Sought Notice is to update the Market Research currently on file for the VADER program to include contracts/task orders W56KGY-14-D-0004 0003 (Cost Plus Fixed Fee (CFPP) and Cost) and W56KGY-15-D-0004 (Firm Fixed Price) FFP). These contract vehicles will continue to be utilized to procure systems and provide support functions required to deploy and maintain the readiness and operational capability of the VADER Ground Moving Target Indicator (GMTI)/Dismount Moving Target Indicator (DMTI) sensor system. Response Information: Responses to this RFI must be unclassified and should not exceed 20 pages in length in either one continuous Microsoft Word document or one Microsoft Power Point document. The Government will not reimburse responders to this notice for any costs incurred in responding, or in any subsequent exchange of information. Contractors may only provide one submission per CAGE code. If your company has different business sectors which hold different CAGE codes, each sector can submit a capability package. In addition, each CAGE code must provide separate facility clearance documentation. If teaming, use the Prime Contractor's CAGE code in the response. Submission of proprietary and other sensitive information must be marked and identified with disposition instructions. Submitted material will not be returned. The information provided and received in response to this announcement is subject to the conditions set forth in FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes. NO PHONE CALLS WILL BE ACCEPTED. HAND DELIVERED PACKAGES WILL NOT BE ACCEPTED. All interested firms that possess the capabilities herein are encouraged to respond to this notice by providing the information specified herein, on or before 4:00 p.m. Eastern Daylight Time on 07 April 2017. Information shall be submitted via email to the Contract Specialist listed in this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ff2ad7645d1f3f060dab3381158e1538)
- Place of Performance
- Address: 6006 Combat Drive, Aberdeen Proving Ground, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04446047-W 20170325/170323235212-ff2ad7645d1f3f060dab3381158e1538 (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 |