Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 03, 2022 SAM #7398
SOURCES SOUGHT

58 -- Engineering Services - Sentinel A3 Radar System

Notice Date
3/1/2022 10:17:40 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
KC-002-22
 
Response Due
3/16/2022 9:00:00 AM
 
Point of Contact
Allison Freckman
 
E-Mail Address
allison.a.freckman.civ@army.mil
(allison.a.freckman.civ@army.mil)
 
Description
This is a pre-solicitation sources sought announcement (SSA)/request for information (RFI), issued pursuant to Federal Acquisition Regulation (FAR) 15.2.� The United States Government (USG) is conducting market research to determine if there are potential sources with the capability to provide Engineering Services in support of the Sentinel A3 Radar System performed in the United States (US) and with the possibility of Foreign Military Sales (FMS) support. In accordance with Federal Acquisition Regulation (FAR) 15.201 (e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. �No contract award is intended as a result of this request. The Government WILL NOT reimburse respondents for any cost associated with any response to this notice. The Government Point of Contact is Allison Freckman, CCAM-SM-B, Redstone Arsenal, AL 35898. No phone calls will be accepted, and all correspondence is limited to e-mail. Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes: (a) The Government does not intend to award a contract based on this RFI or otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the Federal Acquisition Regulation. (b) Although ""proposal"" and ""offer or"" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. (c) This RFI is for planning and market research purposes only and should not be considered as a request for proposals or as a solicitation to do business with the Government. The contractor will provide technical support and systems engineering functions that include software engineering/support and integration, product engineering, and drawing generation required for resolution of problems encountered.� The contractor will provide support for special studies and investigations; initiation of design changes; reports and test support; support of system test; integration and troubleshooting to include data acquisition and analysis.� The contractor will ensure that the design and fabrication of hardware/software or material necessary to support such activities are among the support included. The contractor�s tasks will include reliability assessments, failure analysis, support and collection of test data and review of proposed changes to technical documentation for incorporation of quality and reliability factors.� The contractor will perform logistics functions, including technical manual generation/modification, maintenance support, readiness reporting data, system repairs, availability management, packaging, handling, storage, and transportation (PHS&T), training and system deployment to include delivery and training in the use of the Sentinel A3 Radar System, with the ability to perform the above functions beginning no later than October 2023. SENTINEL OVERVIEW Sentinel Engineering Services will support the USG with possible future support for FMS customers. This requirement will provide complex system engineering support, failure analysis and corrective action, software development and other technical support for Sentinel A3 radar versions fielded throughout the world. The contractor will be responsible for hardware development, software development, and other technical activities to include: Support of various test activities in support of USG requirements as well as testing in support of hardware and software development requirements. Hardware design, development, integration and testing for various versions of the Sentinel Radar for which the USG does not own the TDP. Software design, development, integration and testing for various versions of Sentinel software for which the USG does not own the TDP. Development of specialized test equipment capable of interfacing the radar to test performance and collect data. System engineering activities to support the integration of the Sentinel into an overall air and missile defense architecture. System engineering and other activities in support of USG and FMS customer requirements both CONUS and OCONUS. RESPONSE INSTRUCTIONS Part A. Business Information: Please provide the following information for your company/institution and for any teaming or joint venture partners: Company/Institute name Address Point of Contact Cage Code DUNS Number Phone Number E-mail Address Web page URL Size of business pursuant to North American Industry Classification System (NAICS) Code 541330.� Based on the above NAICS Code, state whether your company qualifies as a: Small Business (Yes/No) Woman Owned Small Business (Yes/No) Small Disadvantaged Business (Yes/No) 8(a) Certified (Yes/No) HUB Zone Certified (Yes/No) Veteran Owned Small Business (Yes/No) Service Disabled Small Business (Yes/No) Central Contractor Registration (Yes/No) Statement describing company as domestically or foreign owned (if foreign owned, please indicate country of ownership). Part B. Capability: 1. �Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. �Describe your company's experience (no more than five examples) on previous projects similar in complexity to this requirement. �Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). 3. �What experience do you have planning and executing the development of hardware and software for complex radar systems? 4. Describe your knowledge of the functioning and experience with the Sentinel radar or a comparable radar. �Also, your company�s knowledge and ability in networking the Sentinel radar or a comparable radar. 5. �Describe your company's ability to support the Sentinel Radar System without the hardware TDP or the kernel software. 6. �Describe your experience with providing complex technical support to Foreign Military Sales customers. 7. �Describe your company's capabilities for testing radar systems. 8. �Describe the top five risks you foresee in executing an effort of this scope. �What steps would you likely take to mitigate the risks? 9. �If you were to rely on subcontractors for this effort, what subcontractors would you use to do what percentage of which portions? �What are their experiences and do you already have a relationship with the subcontractor(s)? 10. �Describe your company's approach and capabilities in obtaining and retaining qualified and experienced personnel. �How soon could your company secure qualified personnel? Part C. Financial Capability: 1. �Describe your financial capabilities to successfully perform this contract. 2. �Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. Submission Instructions: Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. Marketing material is considered an insufficient response to this RFI. Please limit responses to electronic delivery to the following e-mail address: allison.a.freckman.civ@army.mil. �Response must include; Company name, Commercial and Government Entity (CAGE) code, classified mailing address, and appropriate point of contact information. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92238edda32641d29236ca85b5fdd890/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06254317-F 20220303/220301230104 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.