SOURCES SOUGHT
59 -- Market Survey for AN/TPQ-36(V)/46(V) and AN/TPQ-37(V) FIREFINDER Radar Systems Spares and Support Services
- Notice Date
- 9/27/2011
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-06-D-T001
- Response Due
- 10/11/2011
- Archive Date
- 12/10/2011
- Point of Contact
- Evan Schlisserman, 443-861-4892
- E-Mail Address
-
ACC-APG (C4ISR)
(evan.m.schlisserman.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Announcement (SSA) is for planning purposes only and shall not be considered as an Invitation for Bids, Request for Quotations, or a Request for Proposals. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this Request for Information (RFI). Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this SSA. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Statement of Work/Performance Work Statements and/or Statement of Objectives. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this SSA. This SSA--RFI is a market research notice to extend the ordering period on Contract W15P7T-06-D-T001 by an additional year, from 23 November 2011 through 23 November 2012, and to seek and identify potential sources of supply for hardware spare items and services to support and sustain the different configurations for FIREFINDER Radar Systems' configurations: AN/TPQ-36(V), AN/TPQ-37(V), and AN/TPQ-46(V). These radar systems automatically locate hostile mortar and artillery projectiles. The major components for these radar systems are the Operations Control Group, Antenna Transceiver Group (ATG), and Generator Power Group. The AN/TPQ-36(V) is a mobile, phased-array radar system that automatically covers short-range mortar and artillery fire, while the AN/TPQ-37(V) covers long-range artillery fire. The AN/TPQ-46(V) is the Marine Corps' version of the FIREFINDER Radar System. These radar systems provide required force protection to Warfighters conducting tactical missions associated with multiple worldwide operations. The Government's requirements include, but are not limited to the following: 1) Various National Stock Numbers (NSNs) identified on a separate NSN List to be supplied upon receipt of a written inquiry only, 2) Procurement of various system components if necessary 3) Depot Level Maintenance Support Services such as: repairs of spare items not covered by organic depot facility, system level repairs based on contingency requirements only if concur by organic depot facility, 4) improvement efforts to eliminate or reduce parts' obsolescence, increase reliability and maintainability to support optimum availability of these radar systems and their components, 5) life extension initiatives and implementation of technology refreshment/insertion to sustain the life expectancy of these radar systems, 6) engineering, technical and field support services for all fielded FIREFINDER Radar Systems within the Continental United States and Outside the Continental United States. Delivery Orders/Task Orders (DOs/TOs) are anticipated to be issued on a Firm-Fixed-Price (FFP) and/or Cost-Plus-Fixed-Fee (CPFF) basis. Provisions for performance based metrics may be included as contract requirements with issuance of individual DO/TO placed on contract during this extension period. Anticipated award date to award a contract modification for this extension is to be determined. Note major components, identified on the NSN List to be supplied upon request, will require end item performance testing while other Spares NSNs identified may require such testing. The Government cannot guarantee availability of an end item to supply as Government Furnished Equipment for development and/or qualification testing purposes. Additionally, note the Government does not currently possess a fully detailed Level III Technical Drawing Package (TDP) or most up to date Level II TDP nor complete detailed specifications, repair procedures, performance and integration testing documentation to support adequate production and/or repair by sources inexperienced with these systems. Interested sources must comply with the following requirements: Identification of contractor as a large or small business and type (HUB Zone, 8(a), Women-Owned, or Non-Disadvantage). Past Performance on similar efforts and with any particular FIREFINDER Radar configurations, NSNs identified on listing and/or similar NSNs, and date(s) of award of performance based contract(s) with Government contract number if applicable and also identify date of last manufacturing effort. Provide information to demonstrate adequate production facility and resources (equipment, tooling, space etc.) are available to successfully perform and satisfy the Government's requirements. Provide current quality standard certification and quality standard that would be in-place for contractual efforts. Interested sources possessing the capacity and capability of meeting all of the requirements as a package and conditions outlined above must so indicate by responding via email to Point of Contact (POCs) identified herein. All submissions should include the company names, POC to include, name, position, office and mobile telephone numbers and email address. All interested sources must respond to this SSA by providing the above information No Later Than Close of Business 11 October 2011, 1600 Eastern Daylight Time to include the current sole source supplier, Thales-Raytheon Systems, Cage Code 05869. All responses must be unclassified. All proprietary and restricted information shall be clearly marked. All responses and inquiries pertaining to this announcement shall be forwarded via email to the following Point of Contacts: Mr. Evan Schlisserman, Contract Specialist, Evan.m.Schlisserman.civ@mail.mil, (443)861-4792, 6001 Combat Drive, Aberdeen Proving Ground, Maryland 21005-1846, Ms. Deborah Linick, Contracting Officer Representative, Deborah.i.Linick.civ@mail.mil, (443)861-2949 or Systems Engineer Nicole.Cantave.civ@mail.mil, Daniel.m.webster4.civ@mail.mil. This action is required by U.S. Army Communications-Electronics Command (CECOM), Intelligence Electronic Warfare & Sensors Directorate, FIREFINDER Division, Building 6006 Combat Drive, Aberdeen Proving Ground, Maryland 21005-1846. However for more information, please contact Mr. Evan Schlisserman, Contract Specialist, 443-861-4792.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e86804ec3832002f5d71d38ac49d6c5e)
- Place of Performance
- Address: ACC-APG HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02594335-W 20110929/110927235906-e86804ec3832002f5d71d38ac49d6c5e (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 |