Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOURCES SOUGHT

58 -- AN/TPQ-50 Radar Parts and Field Service Representatives - Parts List

Notice Date
4/25/2018
 
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, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
SSA_ANTPQ-50_Parts
 
Archive Date
5/24/2018
 
Point of Contact
Cherie J. Gomes,
 
E-Mail Address
cherie.j.gomes.civ@mail.mil
(cherie.j.gomes.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
AN/TPQ-50 Radar System Parts List The Government is seeking input from industry on its interest in and ability to satisfy the following requirement. The results of this market research will be utilized in acquisition planning; therefore, responses from industry are highly encouraged. The intent is to fulfill the below requirement via an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. DISCLAIMER This Sources Sought Announcement (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 respondents to this notice for any costs incurred in responding or in any subsequent exchange of information. REQUIREMENT The AN/TPQ-50 is a lightweight, man-portable weapons locating radar that provides continuous 360-degree surveillance to detect, locate, and report enemy rocket, artillery and mortar (RAM) firing positions. It has been previously referred to as the Lightweight Counter Mortar Radar (LCMR) or the AN/TPQ-48(V)3. 1. SPARES, REPAIR PARTS, AND MAINTENANCE KITS The Government has a requirement for the production of spare and repair parts and maintenance kits for the AN/TPQ-50 radar system. A list of parts and their National Stock Numbers (NSNs) is provided as an attachment to this notice. The Government owns a build-to-print technical data package (TDP) for the parts on this list. A reading library will be established to allow prospective offerors the opportunity to view and provide feedback on a representative sampling of the TDP. Industry may request access to the TDP via response to this SSA. In addition to production of parts, the contractor shall distinguish parts for theatre from those used for depot and maintain separate accounting and storage for each at the contractor's facility. The contractor shall maintain stock levels to never fall below the recommended on-hand stock quantity. The contractor must advise the Government to replenish stock in a timely manner based on part's lead time. The contractor shall be responsible for packaging and shipping between the contractor facilities and Tobyhanna Army Depot (TYAD). The contractor shall notify the Government when a diminishing manufacturing source or vanishing vendor situation exists for spares or repair parts. The contractor shall propose cost effective approaches for the resolution of obsolescence issues. 2. CONTRACTOR FIELD SERVICE REPRESENTATIVES (CFSRs) The Government has a requirement for CFSRs to support and sustain the AN/TPQ-50 radar system in the field. The contractor and company shall possess a SECRET or Interim SECRET Security Clearance. Activities include, but are not limited to: depot repair, fielding support, test support, emergency call-outs, TYAD support, training, and documentation verification. CFSR skills include: (1) certification and transferable technical knowledge of manufactured radar systems sufficient to perform troubleshooting, fault diagnosis; (2) be adept at use of spectrum analyzers and other maintenance test equipment; (3) create and manage file directories and download files; (4) possess mechanical skills required to perform installation and de-installation of radar systems; (5) perform operational system check-outs of installed systems; (6) perform program system updates for new threat loads and new software upgrades. These qualification standards are intended to depict the technician level CFSR. It is anticipated that OCONUS travel will be required. INFORMATION REQUESTED 1. Identify the portion(s) of the requirement that the vendor is interested in fulfilling: Number 1, Number 2, or both. 2. Identify the role the company is interested in playing for each portion of the requirement: prime contractor, subcontractor, or joint venture partner. 3. Provide a summary of existing production and repair experience, capabilities, and facilities. 4. Provide any other relevant information regarding the ability to satisfy this requirement. RESPONSE REQUIREMENTS All responses must include a cover page with the following information: 1. Company Name 2. Mailing Address and Website 3. Point of contact, with phone number and email address 4. Commercial and Government Entity (CAGE) code 5. Data Universal Numbering System (DUNS) number 6. 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. 7. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/329c74a1d5cd2ef7f2f33a4514b98ba5)
 
Record
SN04900364-W 20180427/180425230722-329c74a1d5cd2ef7f2f33a4514b98ba5 (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.