MODIFICATION
59 -- Next Generation Automated Test System
- Notice Date
- 3/15/2011
- Notice Type
- Modification/Amendment
- Contracting Office
- US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-11-X-e007
- Response Due
- 3/21/2011
- Archive Date
- 4/5/2011
- Point of Contact
- Megan Boyle, Contract Specialist, (973)724-7676
- E-Mail Address
-
Megan Boyle
(megan.boyle@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this amendment is to address the following questions inresponse to the original Sources Sought Notice W15QKN-11-X-E007: 1. What are the specifications and standards for the current DSEST? RESPONSE: DSESTS instruments requirements will be identified in the NGATSSpecification however verification of the DSESTS Abrams Bradley supportcapability will be verified by the demonstration of the current completeAbrams and Bradley TPS library. 2. What is the mainframe for DSESTS and what is meant by support? RESPONSE: DSESTS is a propriety non commercial test system built by PennistarElectronics in the 1970's. The Government does not possess this information.Support is defined as the ability to Test/Diagnose line replaceable units andshop replaceable units for Army weapons systems. a. Hardware operations - maintenance? b. Software integration and operation? c. Is this for an Operating System or application support, orboth? RESPONSE: Neither 3. What are the 180 DSESETS TPS (Test Program Sets) and what do they consistof? RESPONSE: A test program set consists of unique hardware and software requiredto interface a specific line replaceable unit to a generic piece of automatedtest equipment and diagnose the electronics. A list of the TPSs will beprovided with the NGATS specification. a. Is backward compatibility required with Legacy Software (API),legacy data, or both? RESPONSE: Backward compatibility is required in order to support legacy testprogram set requirements. b. Can you describe the tests at a high level? RESPONSE: Tests are conducted to determine problems with and repair faultyline replaceable units. i. What types of products are being tested? RESPONSE: Line replaceable units from army weapons systems (Electronic Units). ii. What type of data is collected (acoustic, durability,vibration, shock, modal-structural dynamics, etc.)? RESPONSE: Electronic Fault Data iii. What is the typical post processing of the data? RESPONSE: Data is currently processed and examined through a manual procedure. iv. What is stored - and how is the data maintained? RESPONSE: Electronic Fault Data is currently stored locally on the individualtest station. 4. What are the communication protocols and management systems for thedifferent Test Cells? RESPONSE: There are no different test cells. It is all on system. 5. Does the Government anticipate a build to print or a build to speccontract? RESPONSE: The NGATS production acquisition strategy has not yet been defined.The determinate of build to print/build to spec/a combination will be madeover the course of the next few months. 6. NGATS systems with DSESTS capability include non-COTS instrumentsdeveloped by CRS. Will the winning bidder be provided a build package forthese instruments or will the bidder be expected to purchase these instrumentsfrom DRS? RESPONSE: The NGATS production acquisition strategy has not yet been defined.Bidders will either be given the required data or be provided access topurchase these items or these items will be supplied by the Government. 7. The published request has very specific requirements for the content ofSection 1 of the white paper response. However, there are no requirementsexpressed for the content of Section 2 of the white paper other than it islimited to 10 pages. What specific content is required in the white paperresponse to the subject Sources Sought Notice? Will more preparationinstructions/content requirements for Section 2 be issued? RESPONSE: There are no additional requirements or instructions. Please addressyour companies capabilities and experience in support of this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2d47a0bcbae0dec4e5cb75b509db5064)
- Record
- SN02401024-W 20110317/110315234736-2d47a0bcbae0dec4e5cb75b509db5064 (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 |