Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOURCES SOUGHT

10 -- Depot Maintenance Plant Equipment

Notice Date
11/7/2018
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land Aberdeen, 6565 Surveillance Loop, Room C1-301, Aberdeen Proving Ground, Maryland, 21005, United States
 
ZIP Code
21005
 
Solicitation Number
SPRBL119R0017
 
Point of Contact
Johnny Woods, Phone: 4438614528
 
E-Mail Address
johnny.woods@dla.mil
(johnny.woods@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: 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 FedBizOpps, www.fbo.gov.web site. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Background: This procurement requires access to classified hardware and software as well as Raytheon Proprietary information. The Government cannot provide this information to contractors as a result of this posting. The contractor would have to accomplish these efforts without the use of the Manufacturing Data Package, as it contains proprietary information. This includes configuration information needed for set up, interconnection, as well as reach back support from Raytheon engineering. The Depot Maintenance Plant Equipment (DMPE) Buy 22 effort is for the hardware and software requirements to satisfy the United Sates (US) Army's Depot Maintenance Plant Equipment requirements for testing and servicing PATRIOT Missile Systems. These requirements include new Test Equipment as well as upgrades to Test Equipment already existing at Letterkenny Army Depot (LEAD). The Test Stations are used to support the Secondary Item Repair and Major Item Overhaul programs. The goal of the DMPE-22 effort is continued repair, maintenance and logistical support, and increase the reliability and quality of the DMPE stations used in support of the PATRIOT Missile Systems. The DMPE-22 effort is to procure hardware, engineering, integrated technical and logistical support services to support in the maintenance and logistical support of DMPE Test Stations. Services performed by the contractor shall include furnishing supplies, labor, and services required to fabricate, assemble, inspect, test, deliver, install, manage and support DMPE located at LEAD. This support includes the delivery and installation of test equipment, acceptance tests of major end items (MEls), perform system level integration and checkout in accordance with (IAW) Technical Data Packages (TDP), and provide associated spares, initial training programs and technical support documentation to implement testing of Radars with the Digital Processor (RDP) modification and Engagement Control Stations with Post Deployment Build (PDB) Hardware modification using PDB-8 Software at LEAD. Services shall also include procuring, integrating, and testing software and hardware necessary to upgrade the P2261, P2271, and P2275 Radar Test Stations located on the Letterkenny Radar Test Site. The test station computer shall run the latest commercially available and contractor approved Operating System (i.e. Microsoft Windows 10) and host software (i.e. National Instruments LabVIEW Developer Suite with Test Stand 2013). The contractor shall update the Test Software to be compatible with system updates while retaining all test capability for Post Deployment Build 8 software. The contractor shall include a recommended list of spare parts for the depot to maintain the test stations. The upgrades will include implementation of Information Assurance and Cyber Controls established in DMPE 21. The contractor shall provide 960 hours of technical support and advice on the installation, checkout, maintenance and repair of existing DMPE located at LEAD. The assistance effort shall include travel cost based on 4 maintenance assistance plus 8 quarterly Information Assurance assistance trips to LEAD. The contractor shall maintain the capability to furnish supplies, labor and services required to fabricate, assemble, inspect, test, deliver, install, manage and support DMPE located at LEAD. The contractor shall fabricate, assemble, inspect, test, deliver, install and demonstrate upgrades and new equipment; document modifications to DMPE Test Station Upgrades by preparing updated or new drawings; provide documentation for the new DMPE Test Station for Letterkenny by preparing updated or new drawings and the TOP Option Selection Worksheet; prepare vendor supplied operation and maintenance manuals for delivered commercial item of test equipment; complete prove-out at LEAD; and upon successful completion of all testing, the contractor shall prepare a test report. The intended award will be executed under a Task Order against Contract SPRBL1-15-D-0017. The performance period for this effort is projected to commence on or about1 November 2019. Please note that this is not a Request for Proposal. This notice is provided for planning purposes and is not to be construed as a commitment by the U.S. Government. Requirement: The Governments' requirement is: - to procure, integrate, and test software and hardware necessary to upgrade the P2261, P2271, and P2275 Radar Test Stations located on the Letterkenny Radar Test Site. The test station computer shall run the latest commercially available and contractor approved Operating System (i.e. Microsoft Windows 10) and host software (i.e. National Instruments LabVIEW Developer Suite with Test Stand 2013). The contractor shall update the Test Software to be compatible with system updates while retaining all test capability for Post Deployment Build 8 software. - to provide 960 hours of technical support and advice on the installation, checkout, maintenance and repair of existing DMPE located at LEAD. The assistance effort shall include travel cost based on 4 maintenance assistance plus 8 quarterly Information Assurance assistance trips to LEAD. Total of 12 engineering team trips with each trip consisting of a 2 person team staying for 5 days. These hours could be Cost Reimburseable (CR) set on the contract as a not to exceed. - to procure, integrate, and test software and hardware necessary to deliver a second Launcher Test Station and upgrade the station currently in use. The test station computers shall run the latest commercially available and contractor approved Operating System (i.e. Microsoft Windows 10) and host software (i.e. National Instruments LabVIEW Developer Suite with Test Stand). The contractor shall include a recommended list of spare parts for the depot to maintain the test stations. The upgrades shall include implementation of Information Assurance and Cyber Controls established in DMPE 21. - to procure, integrate, and test software necessary to deliver a new Portable DITMCO Cable Tester for use in maintenance of cables used on the P2258 and PAT244M. The test station computer shall run the latest commercially available and contractor approved Operating System (i.e. Microsoft Windows 10) and host software (i.e. National Instruments LabVIEW Developer Suite with Test Stand). The contractor shall include a recommended list of spare parts for the depot to maintain the test station. The upgrades shall include implementation of Information Assurance and Cyber Controls established in DMPE 21. - to procure, integrate, and test software and hardware necessary to upgrade the PAT244M, PAT247M, and PAT248 with Chiller System replacement, and the Programming Station located at Building 370. The test station computer shall run the latest commercially available and contractor approved Operating System (i.e. Microsoft Windows 10) and host software (i.e. National Instruments LabVIEW Developer Suite with Test Stand 2013). The contractor shall update the Test Software to be compatible with system updates. The contractor shall include a recommended list of spare parts for the depot to maintain the test stations. The upgrades shall include implementation of Information Assurance and Cyber Controls established in DMPE 21. - to procure, integrate, and test software and hardware necessary to deliver a replacement for the legacy P2259 test station. The test station computer shall run the latest commercially available and contractor approved Operating System (i.e. Microsoft Windows 10) and host software (i.e. National Instruments LabVIEW Developer Suite with Test Stand). The contractor shall include a recommended list of spare parts for the depot to maintain the test station. The upgrades shall include implementation of Information Assurance and Cyber Controls established in DMPE 21. - to procure, integrate, and test software and hardware necessary to upgrade Field Test Kits (FTK). The test station computer shall run the latest commercially available and contractor approved Operating System (i.e. Microsoft Windows 10) and host software (i.e. National Instruments LabVIEW Developer Suite with Test Stand). The contractor shall include a recommended list of spare parts for the depot to maintain the test stations. The upgrades shall include implementation of Information Assurance and Cyber Controls established in DMPE 21. - to procure, and test hardware necessary to deliver spare parts for legacy test stations based on requirements established by Letterkenny personnel Request that interested contractors provide the following: A description of your company's expertise and experience in furnishing supplies, labor and services required to fabricate, assemble, inspect, test, deliver, install, manage and support DMPE located at LEAD. Describe, in general, your company's approach to developing the capability to support that includes the delivery and installation of test equipment, acceptance tests of major end items (MEls), perform system level integration and checkout in accordance with (IAW) Technical Data Packages (TDP), and provide associated spares, initial training programs and technical support documentation to implement testing of Radars with the Digital Processor (RDP) modification and Engagement Control Stations with Post Deployment Build (PDB) Hardware modification using PDB-8 Software at LEAD for a performance period beginning November 1, 2019. Interested firms who believe they are capable of providing the above mentioned items are invited to indicate their interest by providing the following information to the contract specialist listed below: 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. 4. A description of the company's expertise in providing manufacturing expertise and producing hardware as identified above. 5. The company's experience in meeting contractual due dates for similar type efforts. 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 experience/expertise description should be no longer than 5 pages. Send your response to the Contract Specialist, Johnny Woods, at email johnny.woods@dla.mil, no later than 4:00 p.m. on November 21, 2018. No telephone or facsimile submissions will be accepted. Responses will not be returned nor will be considered by the Government as offers. Contracting Office Address: Bldg. 6001, Room C1-301 6565 Surveillance Loop Aberdeen Proving Ground, MD 21005 United States Primary Point of Contact: Mr. Johnny Woods Contract Specialist Johnny.Woods@dla.mil Phone: (443) 861-4528 <img style="overflow: hidden; cursor: hand; height: 16px; width: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; bottom: 0px;" title="Call: (443) 861-4528" src="data:image/png;base64,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" alt="" />
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/922ee3c793cf0de2f82a4e690f86213b)
 
Record
SN05146198-W 20181109/181107230729-922ee3c793cf0de2f82a4e690f86213b (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.