Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 07, 2024 SAM #8228
SOURCES SOUGHT

99 -- Project Management Office, Aircraft Survivability Equipment (PMO ASE), AN/AAR-57(V) Common Missile Warning System (CMWS) and Foreign Military Sales (FMS) Services

Notice Date
6/5/2024 11:42:01 AM
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-25-R-AAR57V
 
Response Due
6/20/2024 3:00:00 PM
 
Archive Date
07/05/2024
 
Point of Contact
Robin W. Easter, James Lightfoot
 
E-Mail Address
robin.w.easter.civ@army.mil, james.lightfoot.civ@army.mil
(robin.w.easter.civ@army.mil, james.lightfoot.civ@army.mil)
 
Description
SOURCES SOUGHT Project Management Office, Aircraft Survivability Equipment (PMO ASE), AN/AAR-57(V) Common Missile Warning System (CMWS) and Foreign Military Sales (FMS) Services INTRODUCTION The Army Contracting Command�Redstone Arsenal (ACC-RSA) is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for AN/AAR-57(V) Common Missile Warning System (CMWS) and Foreign Military Sales Services (FMS). PLACE OF PERFORMANCE Huntsville, Alabama 35806 DISCLAIMER This Sources Sought/Request for Information (SS/RFI) is for market research and informational purposes only.� Information gathered to be used for preliminary planning purposes in accordance with Federal Acquisition Regulation (FAR) Part 15.201(e).� This is not a �request for proposal (RFP)� to be submitted.� It does not constitute a solicitation and shall not be construed as a commitment by the Government.� Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement.� No funds are available to pay for preparation of responses to this announcement.� Any information submitted by respondents to this announcement is strictly voluntary.� Responses will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFP, if any is issued.� The information provided may be used by the Army in developing its acquisition strategy, Statement of work and/or Performance Work Statement.� This information is subject to change and in no way binds this office to pursue any course of action described herein.� If a solicitation is released at some future date, another notice will be published. PROGRAM BACKGROUND The Program Management Office, Aircraft Survivability Equipment (PMO ASE) is seeking sources and information to provide technical, engineering, software, and logistics services for the AN/AAR-57(V) CMWS in support of the United States Government and FMS for seven (7) years. The CMWS must be integrated to meet the flight and operational environment requirements of the DoD's rotary wing aircraft such as UH/MH-60, CH/MH-47, and AH-64A/D. No changes to existing configurations will be permitted. System integrity shall be maintained. The services are anticipated to include, engineering studies and analyses, advanced Infrared (IR) missile jam code development, system software development and sustainment, logistics, system integration and installation, and testing support services. The effort is envisioned to provide support for all CMWS systems already fielded. The interested source shall support a Contractor Logistic Support effort involving Field Service Representation, Engineering, Software, Documentation and Training, and Deployment support. Depot Repair and Maintenance of the AN/AAR-57(V) anticipated requirement over the next seven (7) years. The contractor shall have the potential of supporting approximately 2400 CMWS in the field concurrently. The Government does not possess verified and validated Technical Data Packages for the AN/AAR-57 suitable for competition at this time. This effort would be a follow-on contract to W58RGZ-19-D-0102 which is an Indefinite Delivery Indefinite Quantity (IDIQ) contract and Cost Plus Fixed Fee (CPFF) task orders for the AN/AAR-57(V) CMWS System Engineering, Technical, and Logistics Support services for both CMWS and FMS. SUBMISSION DETAILS Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than Font Size 10.� All responses to this Sources Sought shall be electronically submitted, via e-mail, no later than 20 June 2024 at 1700 CST.� Information and materials submitted in response to this request WILL NOT be returned.� DO NOT SUBMIT CLASSIFIED MATERIAL. This documentation must address at a minimum the following items: Organization name, address, CAGE code, UEI number, DUNS number, primary points of contact (POC) and e-mail addresses, website, telephone number, and type of ownership for the organization. Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability.� If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Company History: A one page history to include previous major products and primary customer base. Past Experience: List company�s experience within the last five (5) years for work of a similar size, type, and complexity as described above (include contract number, type of contract, dollar value of contract, Government POC with knowledge of performance (POC must be current and reachable)). All data received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.� Submissions will not be returned to respondents. Security classification guidance shall be directed to PM ASE, Ms. Vickie Cooper at Vickie.c.cooper.civ@army.mil. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF), via e-mail to: Robin W. Easter, robin.w.easter.civ@army.mil, and James Lightfoot, james.lightfoot.civ@army.mil, no later than 20 June 2024 at 1700 CST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bcb1be95e5db4e8c8fc8be7b731d1742/view)
 
Place of Performance
Address: Huntsville, AL 35806, USA
Zip Code: 35806
Country: USA
 
Record
SN07087833-F 20240607/240605230121 (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.