Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2023 SAM #7836
SOURCES SOUGHT

14 -- Radar Interface Unit (RIU) Hardware and Software and Engineering Support Services

Notice Date
5/10/2023 10:10:36 AM
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
SS1_PAN008130
 
Response Due
5/25/2023 1:00:00 PM
 
Archive Date
05/26/2023
 
Point of Contact
Cynthia Thomas-Williams, Mary Konopatzke
 
E-Mail Address
cynthia.thomas-williams.civ@army.mil, mary.l.konopatzke.civ@army.mil
(cynthia.thomas-williams.civ@army.mil, mary.l.konopatzke.civ@army.mil)
 
Description
The U.S. Army Contracting Command - Redstone Arsenal is issuing this sources sought as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a follow-on contract action for Integrated Fires Mission Command (IFMC) Radar Interface Unit (RIU) hardware and software and engineering support services. This is not a solicitation for proposals and no contract shall be awarded from this announcement. This is not a request for proposal. This sources sought notice is being published in accordance with Federal Acquisition Regulation (FAR) Part 10.002, Market Research.� Submission of any information in response to this market survey is purely voluntary.� As such, all costs associated with responding to this Sources Sought will be solely at the interested parties� expense. Requirement Statement:� The Government anticipates award of a hybrid Indefinite Delivery, Indefinite Quantity fixed price and cost-reimbursable follow-on contract in support of the Integrated Fires Mission Command (IFMC) Project Office. This requirement is to provide engineering, hardware (HW) and software (SW). The Radar Interface Unit (RIU) is a hardware/software based end item integrated into the Patriot weapon system�s Engagement Control System (ECS) Major End Item (MEI) forming a new ECS MEI variant named the RIU, which interfaces with the Army System of Systems (SoS). The requirements of this acquisition are to update Plug & Fight (P&F) A-Kit end items incorporating product fixes and interface modifications; produce, deliver, and install 10 new P&F A-Kits per 5-year ordering period; deliver Modification Work Orders (MWO) for installing and uninstalling the RIU A-KITs; and provide integration, test, and evaluation (IT&E) support including the use of a Hardware-in-the-Loop (HWIL)�test bed capability. This capability is to address critical IFMC risks, verify key requirements, supply critical required high fidelity Pre-Flight Test Performance and Prediction (PFTPP) data, and identify P&F A-Kit software/interfaces problems/fixes. This effort could also include P&F A-Kit modifications to provide interoperability with planned/ongoing Patriot Post Deployment Build 8.x and Patriot Component Software Build efforts. Performance will be IAW Safeguarding Covered Defense Information and Cyber Incident Reporting clause at Defense FAR Supplement (DFARS) 252.204-7012 following the National institute of Standards and Technology (NIST) Framework for Improving Critical compliance assessments performed by the Government. �The Period of Performance (PoP) for this requirement: 1-March-2024 through 28-February-2029. The responses shall address: SHORT PRODUCTION LEAD TIME. �Conceptual approach, estimated engineering, requalification and manufacturing lead times, key Government Furnished Property needed, driving assumptions and risks associated with the production starting May 2024. MANUFACTURING CAPABILITIES.� Address the capacity, location, and status of the manufacturing capability for the identified non-developmental items (NDI) solution (e.g., are the NDI subsystems currently available. Identify the customers who have purchased the identified NDI solution.) Response to this notice shall be limited to 20 pages and include the following information: - Name, address, point of contact, phone number, and email address. - CAGE Code, business size, (if a small business, please indicated whether HUB Zone, Service Disabled Veteran Owned Small Business etc.) Electronic submissions only.� All items must be in Microsoft Office 2003 or later format or searchable Adobe PDF format.� Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked.� The Government will not provide feedback or evaluations of responses to this notice. Response is due on May 25, 2023 at 4:00PM Central Standard Time and shall be delivered via email or DoD SAFE (https://safe.apps.mil/). For email submission Cynthia Thomas-Williams cynthia.thomas-williams.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/967ec764a58b48589e30d46535ae6441/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898-5280, USA
Zip Code: 35898-5280
Country: USA
 
Record
SN06678799-F 20230512/230510230118 (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.