Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOURCES SOUGHT

13 -- Radio Frequency (RF) jammer; TRANSMITTER, COUNTERMEASURE (TCM) AN/PLT-4

Notice Date
2/27/2020 11:52:26 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-X-09IT
 
Response Due
4/7/2020 12:00:00 PM
 
Archive Date
04/22/2020
 
Point of Contact
Michael J.Kline, Phone: 973-724-9638, Rebecca Markell, Phone: 9737243181
 
E-Mail Address
michael.j.kline56.civ@mail.mil, rebecca.l.markell.civ@mail.mil
(michael.j.kline56.civ@mail.mil, rebecca.l.markell.civ@mail.mil)
 
Description
Disclaimer Amendment 01-This is to clarify that the submittal date for responses is 7-Apr 2020. The description below�has been updated. This is a Request for Information (RFI) and Sources Sought Notice issued solely for information and planning purposes and does not constitute a solicitation.� This is NOT a request for Quotations or Proposals in response to a Solicitation for goods or services.��� In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.� No solicitation document exists and formal solicitation may or may not be issued by the Government as a result of the responses to this RFI.� No award is intended as a result of this RFI.� The Government will not reimburse costs incurred by Respondent in response to this RFI, or for participating in information exchange regarding details of the RFI. �This requirement is restricted to organizations within the US and is export controlled. Only U.S. citizens with proper security clearances can respond to this RFI. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Description Joint Program Executive Office Armaments & Ammunition (JPEO) Project Manager Close Combat Systems (PM CCS) is seeking information for the intention of identifying technologies that could potentially replace the second generation Radio Frequency (RF) jammer; TRANSMITTER, COUNTERMEASURE (TCM) AN/PLT-4 with a third generation system. �The third generation system shall provide the operator a way to transmit broadband radio frequency signals simultaneously across the intended frequency spectrum. This RFI solicits vendor input concerning the risk drivers associated with the development of such a system and determining if the desired requirements are attainable. This RFI seeks information on commercially available technology that could be directly applied, or readily integrated, to meet requirements. Submissions should fully explain technological features, capabilities, and performance as specified in the EOD Localized Site Incident Protection Specification Document. Commercially available, non-developmental systems, and systems currently in development may be included in the information provided. If the vendor does not have a current solution, but has a concept that could potentially meet requirements, submit the concept to include the strategy, risks and challenges it would take to meet requirements. The Government is also interested in the state of technology for related systems in development and for systems which may not fully meet all requirements. Non-developmental systems are preferred, but systems in development (which can be available two years after program initiation) are also of interest. The Non-Classified Data is a LIMITED DISTRIBUTION D/EXPORT CONTROLLED document. DISTRIBUTION STATEMENT D - Distribution authorized to Department of Defense and U.S. DoD contractors only; Administrative or Operational Use, Export Control, 24 January 2020; PEO Ammunition SFAE-AMO-CCS. Other requests for this document shall be referred to PEO Ammunition, SFAE-AMO-CCS, bldg. 183, Picatinny Arsenal, NJ 07806-5000. EXPORT CONTROL WARNING: WARNING - This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et. seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S.C., App. 2401 et. seq. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25. The EOD Localized Site Incident Protection Specification Document classification level is SECRET.� Respondents must have a facilities clearance to handle up to classification level SECRET.� All interested personnel must have a personal clearance of SECRET in order to obtain the summary. All interested sources shall respond by providing capability statements outlining technical specifications and a technical summary, along with cost and schedule estimates for the development of a new system or upgrades to an existing system to meet the stated requirements in the classified Requirements Summary document. The capability statement shall include the following information. 1. System picture, diagram, or line drawing: Provide an image, or notional image of the system, preferably a view that gives a fair representation of the system size. 2. Technology: Describe the technology proposed. Additionally, if a system currently exists, elaborate on modifications necessary to meet the stated requirements. 3. System Parameters: Provide the current operating specifications of any current system in regard to the parameters identified in the classified Requirements Summary document. 4. Risk: Identify and discuss those parameters/requirements that are un-executable. Additionally, identify and discuss those requirements that drive risk to cost, schedule, and/or performance (e.g., weight, operational time, frequency range, size, power, etc.). 5. Limitations/Hazards/Special Requirements: State any special limitations, hazards and/or special requirements such as power sources or operating temperatures and their respective characteristics. 6. Special Features/Capabilities: Summarize any special features or capabilities not contained in the requirements that will improve the overall effectiveness and performance of the system. Identify risk areas to any of these features or capabilities. 7. Narrative of System Employment Concepts: Include the conceptual mechanism by which the system accomplishes its functions and detailed employment of techniques/methods. 8. Include vendor assessment of Technology Readiness Level of system. 9. Provide rough order of magnitude (ROM) cost and schedule for the development of a new or modification of an existing system. Response To request transmission of RF jammer AN/PLT-4 classified requirement summary and or Limited Distribution/Export Controlled documents send certified and signed copies of the following respondent�s DD2345 Military Critical Technical Data Agreement, attached Non-Disclosure Agreement (NDA), attached AMSTA-AR Form 1350 Technical Data Request Questionnaire and evidence of security clearances to the contract specialist for review. Upon approval, further information on transmittal will be provided. If your organization has the potential capacity to provide the components, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, current business size status and company profile to include number of employees, annual revenue history, office locations, Dun and Bradstreet (DUNs) number, Commercial and Government Entity (CAGE) code; 2) Tailored capability statements addressing the particulars of this effort, demonstrating the ability to provide any or all of the components listed above. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; 3) Provide an explanation of your company�s ability to perform 50% or more of the tasking described above.� Note that should any subsequent requirement be set aside for Small Business, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Interested parties are requested to respond to this RFI with a white paper and/or currently available existing support documentation.� Multiple submissions for different technologies will be accepted.� The responses shall include, but not be limited to: (a) description of the notional cost and schedule necessary to complete the task, and (b) references to any related publications, reports, and technical data analyses that further support the technical portion of the response. The government will review the submitted responses and may schedule further discussions with responding vendors individually. All emailed questions and RFI responses shall contain the subject line: W15QKN-20-X-09IT. Responses shall be in electronic format, either �.docx� or �.pdf�.� White paper submissions shall be limited to ten (10) pages in length; there will be no limit on the submission of currently available materials. All information is requested within (60) sixty days of this announcement.� Mark any included proprietary information appropriately.� Submission material will not be returned and the results of this RFI will not be published or otherwise made available to respondents. Documents, questions, responses or requests containing sensitive security information must be handled according to established procedures for unclassified and classified information. �Replies must be received no later than 7�APR 2020, 12:00 pm EST. �Interested firms / research entities are encouraged to provide unclassified submissions electronically to Michael Kline Contract Specialist, ACC-NJ-MC; email � Michael.j.kline56.civ@mail.mil. � Classified submissions can be submitted electronically to email � usarmy.apg.ccdc-c5isr.mbx.i2wd-pm-ccs-eod-rf@mail.smil.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/978343e4684b4d2bbb183c383578b55c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05574980-F 20200229/200227230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.