Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOURCES SOUGHT

66 -- NEXT GENERATION AUTOMATIC TEST SYSTEM (NGATS)

Notice Date
5/22/2020 9:26:15 AM
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-X-0BLU
 
Response Due
6/1/2020 12:00:00 PM
 
Archive Date
06/16/2020
 
Point of Contact
Victoria Rivano, Phone: 973 724 6632, Mark Zator, Phone: 9737248121
 
E-Mail Address
victoria.r.rivano.civ@mail.mil, mark.zator.civ@mail.mil
(victoria.r.rivano.civ@mail.mil, mark.zator.civ@mail.mil)
 
Description
INTRODUCTION This is a Request for Information (RFI) being issued by Army Contract Command � New Jersey on behalf of the Product Director, Test Measurement Diagnostic Equipment (PD TMDE). �The overall purpose of this notification is to improve the Government's understanding of industry capabilities related to producing the Next Generation Automatic Test System�(NGATS) at required capacity, and within fielding time-lines. BACKGROUND The Army has developed, and is currently fielding their next generation Automatic Test Equipment (ATE) systems, the NGATS. �NGATS has been developed to replace the existing legacy ATE systems and as such, consolidates 100% of the support capabilities of legacy ATE systems.� These legacy ATE systems include the Integrated Family of Test Equipment (IFTE) off platform test stations known as the Base Shop Test Facility BSTF Version (V) 3 and BSTF (V)5, and the Direct Support Electrical Systems Test Set (DSESTS).� The NGATS expands and improves the Army's ATE capability, to include support for modern Test Program Set (TPS) languages, addition of a robust system health monitoring and management system, and deployment of an advanced Graphical User Interface that satisfies the Government and industry standards for usability and functionality.� Previous Market Survey/Sources Sought Notices were published on 15 March 2017, 25 January 2018, amendment on 21 February 2018, 13 November 2019, for NGATS. �Due to numerous requests for drawings, this market survey is being reposted to include all necessary information to provide a capability statement. The PD TMDE serves as the lead for ATE procurement and lifecycle management in the Army. In support of its mission, PD TMDE: � Manages the design, development and acquisition of new ATE systems. � Engages a wide range of automatic test stakeholders utilizing ATE systems at all echelons of maintenance support within the Army. � Partners with ATE sustainment organizations to ensure the Army ATE capability is maintained to effectively support Army requirements. The U.S. Army PD TMDE is exploring industry capabilities to produce, and deliver NGATS Tactical systems which will be field ready systems at a high volume rate. �The production will include both sheltered and standalone configurations of the station. PD TMDE is interested in exploring the market capability and determine if a robust competitive environment exists. OBJECTIVES This notice is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the https://beta.SAM.gov website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.� Should this requirement come to fruition, it is anticipated that the contract type will be Firm Fixed Price, and that there will be full and open competition.� CAPABILITIES COVERAGE ACC-NJ/PD TMDE seeks to identify vendors that can provide the following services: The envisioned effort comprises the following broad categories: NGATS Tactical System (Shelter, ATE; ATE Console; Shelter Storage) without ECU�s.� The vendor is required to have the capability to produce and deliver the NGATS Tactical System in high volume.� The vendor is required to have the ability to work effectively with detailed technical data such as re-procurement technical data packages, Engineering Change Proposals (ECPs), specification data, etc. The vendor is required to have the capability to integrate the ATE subsystems (Shelter, ATE; ATE Console; Shelter Storage) into a final configuration NGATS Tactical System that meets the final system level requirements and specifications. Production Life Cycle - The vendor is required to demonstrate that they have the capability and extensive experience to perform continual large-scale production of major, Army general-purpose automated test systems. The vendor shall demonstrate that they have the ability to perform efforts related to Army ATE development, production, production support and fielding. The vendor shall be knowledgeable with all NxTest policies and directives, Department of Defense (DoD) common framework for ATE, and the appropriate Industry, DoD and Army ATE standards.� Interfaces and System Software - The vendor is required to have extensive knowledge and experience with the development, integration and implementation of a fully-functional, system- level software environment that allows multiple Run Time System (RTS) to coexist and implement a system health monitoring and management application. The vendor should also possess knowledge and experience with the development of an ATE Graphical User Interface. Management - The vendor is required to have extensive knowledge and experience in production management and have the capability to implement a program to manage performance, cost, schedule, and data delivery requirements. The vendor is required to have a Capability Maturity Model Integration (CMMI) Level 3 certification and/or an International Organization for Standardization (ISO) 9001 certification. CAPABILITY STATEMENT Interested parties are requested to submit a capability statement that addresses the following: 1. Demonstrated ability and proof to perform the tasks set forth in the Capabilities Coverage section described above in the Continental United States (CONUS) and Outside the Continental United States (OCONUS), including nation-wide deployment strategy and support capabilities. 2. Ability to comply with DoD/Army policies and standards. 3. Experience of the vendor and key personnel, who would be critical to program success, as they apply directly to meeting the tasks listed under the Capability Coverage section.� Experience and capabilities should be based on personnel currently employed and company past performance in related areas; or the ability to hire appropriate personnel.� 4. Annotate your firm's ability to manufacture ATE, and the maximum number of ATE stations (sheltered and standalone configurations) per month along with the maximum number of self-test, and calibration adaptors. Annotate your firm's ability to also fulfill each individual�component�of the NGATS Tactical System.�The information provided should include all steps required to manufacture, test, inspect, and deliver the requirement beginning in FY22,�thru FY27. The Government requests that material and equipment lead times for assemblies, subassemblies, and components being manufactured/procured from suppliers be annotated to allow the Government to assess the feasibility in meeting requirements. Also indicate previous delivery capacities/delivery rates on prior efforts.� Annotate your firm�s pathway to a successful first article test, including all necessary steps. � DRAWING RELEASE The drawings for the NGATS tactical system have associated distribution D markings. The Government will furnish these drawings only after a fully executed DD2345, Non-Disclosure Agreement, and Technical Data Questionnaire 1350, is sent to the contracting specialist, and deemed appropriately completed. Vendors that submitted these on other announcements will need to resend these documents as areas of this announcement have changed. The drawings associated with this potential requirement are as follows: NGATS Tactical System:� 13683870 Shelter, ATE:� 13649052 ATE Console:� 13707815(-01) Shelter Storage:� 13649053 � ADMINISTRATIVE All interested parties should submit the capability statement to the CCNJ. Submissions shall not exceed five (5) pages in length, Times New Roman, 12 font. A proposed price is not required or requested under this Request for Information. A company must identify its business size status and applicable NAICS code(s) in the capability statement. Capability statements are required to be received electronically via email to the POCs Subject: PD TMDE Next Generation Automatic Test System (NGATS) RFI. Responses received after this deadline may not be considered. PD TMDE's primary point of contact is the Contract Specialist, Vicki Rivano who can be reached via e-mail at, victoria.r.rivano.civ@mail.mil. The secondary point of contact is the Contract Officer, Mark Zator, who can be reached via e-mail at mark.zator.civ@mail.mil. Any questions regarding this notice shall be directed to both POCs in writing, via email. While any and all questions must be directed to the Government points of contact identified in this announcement, answers to those questions, as well as any and all clarifications, extensions, or changes will be posted to www.beta.sam and will only be available at www.beta.sam prior to the closing date and time of the this notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b3bcd3b44f834d0da37d193295df2738/view)
 
Record
SN05669457-F 20200524/200522230200 (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.