SOURCES SOUGHT
59 -- Phoenix AN/TSC-156(A,B,C,D) Market Survey - Support of AN/TSC-156D Phoenix Terminals
- Notice Date
- 1/11/2011
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T11RC801
- Response Due
- 1/31/2011
- Archive Date
- 4/1/2011
- Point of Contact
- DAVID CHIOLA, 443-861-4973
- E-Mail Address
-
CECOM Contracting Center (CECOM-CC)
(david.chiola1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The CECOM Contracting Center at Aberdeen Proving Ground Maryland and Project Manager Warfighter Information Network - Tactical (PM WIN-T) are conducting market research. The Government is considering a five (5) year Indefinite Delivery Indefinite Quantity (IDIQ) contract for procurement of Replacement FM orderwire (RFMOW) upgrade kits, upgrade kit installation, spares, RESET and fielding/logistics support to the AN/TSC-156 (A,B,C,D) Tactical Satellite Terminals. The purpose of this market survey is to identify all parties interested in taking part in this entire effort as a prime contractor. The AN/TSC-156(), commonly referred to as the Phoenix Terminal, is a Tactical, Quad-band (C, X, Ku and Ka) communications terminal. The terminal is mounted on various versions of High Mobility Multipurpose Wheeled Vehicle (HMMWV) trucks and is specified for worldwide environmental conditions. Performance specification can be requested from the Contracting Officer listed below. The planned solicitation includes production of RFMOW upgrade kits and their installation, fielding of previously procured kits and fielding of AN/TSC-156(B,C,D) terminals. AN/TSC-156(A/B/D) terminals presently fielded worldwide, will be upgraded either in their fielded locations or at the contractors facility. Procurement of the RFMOW upgrade kit is not intended to be a development program. Interested parties must be prepared to provide complete, compliant qualification test results and evidence of complete manufacturing documentation. To be considered fully qualified a prospective contractor will need to meet the delivery rates for all possible spares/mod kits. Initial production lead time of nine (9) months ARO and minimum delivery rate of twelve (12) system upgrade kits per month plus all spares is required. Technical and logistical support requirements include: conduct of New Equipment Training courses, 24/7 technical support to operators in the field, on-site technical support on an on-call basis, long term deployments of Field Service Representatives to CONUS and OCONUS locations, repair to fielded terminals and equipment, RESET of terminals, procurement of Phoenix parts to support repair and RESET activities, production of documentation for transition to a Government Depot Level Maintenance Facility for the repair of AN/TSC-156() components and other general logistics support. RESET shall include repair and restoration of external/internal surfaces to initial condition. The field support items are characterized by rapid response to field requirements and well trained capable and available in-field support personnel. The terminals are presently being manufactured by L-3 Corporation, Salt Lake City, Utah, who currently retains all rights to the Phoenix drawing package. No drawings, subcontract specifications, test documentation, or production documentation are available from the Government. Interested parties may identify their capability to meet the requirements by submitting: a white paper, technical data relative to existing terminals, qualification and certification test data, logistics documentation, projected schedule (showing lead time, first delivery and delivery rates) and past performance data. This data must be provided to this office not later than 31 January 2011. Only responses received by this date will be considered. This notice of intent is not a request for competitive proposals and no formal solicitation package is available. Solicitation Number W15P7T-11-R-C801 has been assigned to this market survey for reference purposes only and does not constitute a solicitation for bids/proposals. The Government does not intend to pay for any information provided under this announcement. Interested sources may identify, in writing, their interest and capability to respond to this requirement to Christine Dittmeier, Contracting Officer, phone: 443.861.5063, email: Christine.Dittmeier@us.army.mil; or Jesse LeFever, Contract Specialist, phone: 443.861.4977, email: Jesse.LeFever@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/24cf89ee7014ad96631ed7ae5f297093)
- Place of Performance
- Address: CECOM Contracting Center (CECOM-CC) Building 6001 Combat Drive Aberdeen Proving Grd MD
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN02358249-W 20110113/110111234352-24cf89ee7014ad96631ed7ae5f297093 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |