Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SOURCES SOUGHT

58 -- Sources Sought for Production, Research and Development for Product Performance Improvements, Modification of Systems, Engineering Support, Logistics Support, Repair, and Sustainment for the AN/TPQ-50 System, Components, Assemblies, Spare and Repair Parts

Notice Date
11/13/2017
 
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 - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-18-R-0007
 
Archive Date
12/15/2017
 
Point of Contact
Cherie J. Gomes, , Gregory F. Kaiser,
 
E-Mail Address
cherie.j.gomes.civ@mail.mil, gregory.f.kaiser2.civ@mail.mil
(cherie.j.gomes.civ@mail.mil, gregory.f.kaiser2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement (SSA) for Production, Research and Development for Product Performance Improvements, Modification of Systems to incorporate those improvements, Engineering Support, Logistics Support, Repair, and Sustainment for the AN/TPQ-50 system, components, assemblies, spare and repair parts. 1. Synopsis. The Government is considering a competitive award of an indefinite delivery/indefinite quantity (ID/IQ) contract with both fixed price and cost plus provisions to provide production, research and development for product performance improvements, modification of systems to incorporate those improvements, engineering support, logistics support, repair, and sustainment for the AN/TPQ-50 system, components, assemblies, spare and repair parts. The Government is issuing this SSA to assess industry's interest and ability to satisfy the Government's requirement. This SSA shall not be considered as an invitation for bid, request for quotation, or request for proposal. It shall not be used as the basis for a proposal. This SSA is being issued to obtain information from interested sources regarding their ability to satisfy the Government's requirement. The Government will not reimburse responders to this notice for any costs incurred in responding, or in any subsequent exchange of information. 2. Background. The AN/TPQ-50 (previously referred to as the AN/TPQ-48(V)3 or (V)3) is a 360 degree coverage radar used to acquire indirect fire mortar, cannon and rocket systems. The AN/TPQ-50 provides critical capabilities to Warfighters and enhances force protection across the globe. The radar is a lightweight, man-portable weapons locating sensor that provides continuous 360-degree surveillance to detect, locate, and report enemy rocket, artillery and mortar (RAM) firing positions. The AN/TPQ-50 provides accurate locations at distant ranges to enable Warfighters to quickly neutralize threats. The radar is ruggedized for the harsh environment of the battlefield in mounted and dismounted configurations. This proposed AN/TPQ-50 contract is intended to provide a single contract vehicle with sufficient scope, ceiling, and period of performance for development, modification, production, engineering support, logistics support, repair, and sustainment for the AN/TPQ-50 system (including variants), components, assemblies, spare and repair parts. 3. Description of Requirement. The scope of the effort is as follows: The Government owns a build-to-print technical data package (TDP). This TDP will be provided to the winning offeror as GFI upon award. The Government plans to release a draft request for proposals (RFP) in the second quarter of fiscal year (FY) 2018. During this pre-award phase, a reading library will be established to allow prospective offerors the opportunity to view the TDP and thus provide valuable feedback on the draft RFP. a. Production of equipment, systems (including all configurations), components, and spare and repair parts to satisfy both current and future requirements for the United tates Army, foreign military sales (FMS), and other participating services. b. Procurement of components, assemblies and/or spare and repair parts and repair services for any contractor-supported items on either a permanent or interim basis, as required by the Communications-Electronics Command (CECOM) Integrated Logistics Support Center (ILSC). c. Procurement of initial provisioning parts to support fielding of systems. d. Development, test and evaluation, integration and deployment of pre-planned product improvement (P3I). e. Development, update, upgrade, deployment, maintenance and modification of system and/or component software. f. Development, integration, deployment and maintenance of modification kits to expand or change system capabilities. g. Development, integration and deployment to accomplish technology refreshment. h. Identification, resolution and implementation of strategies to overcome issues associated with obsolescence or parts availability. i. Contractor support of deployed systems in both CONUS and OCONUS locations. This includes, but is not limited to deployment to hostile and rapidly changing environments. This includes deploying field service representatives (FSRs) and/or technicians for system maintenance and repair, and/or maintaining a contractor depot for items that are not supported via organic depot. j. Execution of contractor engineering tests, and support of Government technical tests, live fire tests, operational tests and demonstrations, and capabilities and limitations tests and demonstrations as required. k. Development, update or modification of technical and logistics documentation. l. Equipment, data and services required to facilitate program execution. m. Equipment, data and services required to facilitate transition to organic support. 4. Information Requested. a. Technical Requirements. (1) All responses to this SSA should include sufficient information to enable the Government to assess industry interest and ability to satisfy the requirement. (2) At a minimum, the following information must be provided for a response to be considered complete. (a) A summary of relevant experience with ground based radar technologies, with emphasis on experience related to the AN/TPQ-50 radar in its various configurations. (b) A summary that clearly demonstrates the ability to improve the AN/TPQ-50 for new and emerging threats including but not limited to unmanned aerial systems. Include ability to (1) develop concepts, (2) implement hardware and software modifications, (3) perform system tests, and (4) support Government-led capability and limitation demonstration. (c) Support strategy to include your maintenance and support concept, metrics for operational availability, quality assurance and a summary of relevant sustainment experience on systems with similar capability or complexity. (d) A summary of your existing production and repair experience, capabilities, and facilities. (e) An assessment of technical and schedule risk with mitigation strategies. (f) Potential partner/teaming arrangements or joint ventures that will be required to satisfy this requirement. Estimate the duration required to formalize these arrangements or ventures. (g) Assumptions on which the response was developed. Identify any required Government furnished equipment (including but not limited to AN/TPQ-50 systems), Government furnished information (including but not limited to training material, technical manuals and/or detailed design information) required and all required Government support anticipated. (h) Other relevant information regarding the ability to satisfy this requirement. b. Administrative Requirements. (1) All responses to this SSA should include sufficient information to enable the Government to assess industry interest and ability to satisfy the requirement. (2) At a minimum, the following information must be provided for a response to be considered complete. (a) All responses must include a cover page with the following information: i. Company Name ii. Mailing Address and Website iii. Point of contact, with phone number and email address iv. Commercial and Government Entity (CAGE) code v. Data Universal Numbering System (DUNS) number vi. Identification of business size, i.e. U.S. large or small business. Small businesses must identify any applicable socio-economic categories such as small disadvantaged business, service-disabled veteran-owned small business, 8(a), woman owned small business, etc. vii. Facility Clearance Level (FCL). A facility clearance is not required to submit a response, but will be necessary prior to beginning any classified work. (b) The Government will verify all company information via the System for Award Management (SAM) database. Responses to this SSA must be unclassified, and must not exceed 10 pages in length (includes cover page, table of contents, and any attachments). Responses must be with fonts no smaller than 10 point, and one inch margins. Present information requested in one continuous form in Microsoft Word and/or Microsoft PowerPoint or.pdf. Information will be provided through e-mail only. Respondents should ensure that proprietary and for official use only (FOUO) information is properly labeled. 5. Submission Information. All interested firms that possess the capabilities herein are encouraged to respond to this notice by providing the information specified herein, on or before 2:00 p.m. Eastern Standard Time (EST) on 30 November 2017. Information shall be submitted via email to the Contracting Officer and Contract Specialist identified as the points of contact. Telephone or email requests for additional information will not be honored. All documentation submitted shall become the property of the Government. The Government reserves the right to utilize and share with industry any information suggested, unless information is identified with proprietary or business sensitive markings and unique to your company. 6. Point of Contact. Mr. Gregory F. Kaiser, Contracting Officer, email: Gregory.f.kaiser2.civ@mail.mil. Ms. Cherie J. Gomes, Contract Specialist, email cherie.j.gomes.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a6f0a913f65119cb8807014ad5559e20)
 
Record
SN04738911-W 20171115/171113231414-a6f0a913f65119cb8807014ad5559e20 (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  © 1994-2020, Loren Data Corp.