Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2012 FBO #3969
SOURCES SOUGHT

58 -- Request for Information (RFI) for Persistent Threat Detection System (PTDS) Operations Management, Engineering, Integration, Repair Parts, Test and Evaluation, and Training Support

Notice Date
10/4/2012
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T12RC801
 
Response Due
10/18/2012
 
Archive Date
12/17/2012
 
Point of Contact
Stephanie Edge, 443-861-4769
 
E-Mail Address
ACC-APG - Aberdeen Division B
(stephanie.l.edge.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Notification Type: Sources Sought THIS IS A SOURCES SOUGHT ANNOUNCEMENT (SSA) AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT, INVITATION FOR BIDS, REQUEST FOR QUOTATIONS, OR A REQUEST FOR PROPOSALS. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ACQUIRE ANY PRODUCTS OR SERVICES, NOR DOES THE GOVERNMENT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. The purpose of this SSA is to identify potential sources capable of providing new systems, operations and maintenance support for existing 66 systems (1 CONUS test system, 65 in theater), drawdown analysis and planning, engineering and integration technical support, procurement of spares, repair parts, for existing systems, test and evaluation (T&E) support, OCONUS and CONUS training support, and CONUS storage for the Persistent Threat Detection System (PTDS). PTDS, a Quick Reaction Capability program, is a lighter than air tethered aerostat system with a fully integrated persistent surveillance and dissemination capability that enables response forces the ability to Find, Fix, Track, Target, and Engage threats acting against US and Coalition forces. The PTDS provides 24 hour /7 day a week continuous operation including robust characterization of the battlefield through day/night, 360 degree detection, surveillance, monitoring, and target-location capability. PTDS is capable of providing Full Motion Video (FMV), Electro-Optical/Infrared (EO/IR), and cross-cueing sensors. PTDS is designed for payload modularity to support integration of required components to meet Warfighter needs. The Government does not possess a technical data package for the PTDS. Your response 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. Furthermore, 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 to adequately mark proprietary, restricted or competition sensitive information contained in their response accordingly. Address in detail with supporting data company's recent relevant work performance and/or current work experience in the performing similar efforts with the same level of complexity and scale for the U.S. Government. Company may provide work experience and past performance data related to affiliated companies and as such that work experience and past performance data will be identified as to the affiliated company submitting a response. Provide your company's Operations and Sustainment strategy for providing continued 24/7 operations support of the fleet of PTDS systems. Demonstrate company's expertise in supply chain and logistics management and the ability to provide adequate spares and repairs for the continued operations of all PTDS system. Response to this requirement must demonstrate that proposed repair parts/spares will integrate into the PTDS. Provide information as to how your company can provide PTDS Above User-Level Maintenance services for all technical issues with the fielded PTDS including sensor management and repair and any unique support equipment use in support of the program. Provide information regarding the ability to provide engineering and technical services for the PTDS, including technology insertion, system upgrades and system integration. Provide information showing test and evaluation support expertise on PTDS, sensors and communications payloads. Provide information related to the ability to provide CONUS and OCONUS training for the operation and maintenance of PTDS. Provide information as to how the contractor would support drawdown theater operations for 65 PTDS, and provide contingency support for returned systems to be placed into storage to meet Warfighter contingency operations including per system space requirements, Preventive Maintenance Checks and Services (PMCS) and other recurring maintenance requirements. Provide information to prove production capability (Schedule and cost) for production of a single system and up to 10 systems to include an estimated price for a full, dual MX-20HD EO/IR sensor PTDS. Include a production schedule through and to include first article testing. These services shall focus on maximizing operational availability (Ao) and providing quality and reliable data and services 24 hours a day /7 days a week. A respondent to this survey should be able to show adequate technical and manufacturing capability and satisfactory past performance. Such documentation may include system technical specifications, performance test data, system drawings, or any other data to support the state of component development and or production readiness. The respondent must have available a majority of the skills and facilities that are required to provide the necessary technical and manufacturing support. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. Responses to this SSA must be unclassified. Interested sources possessing the capability of meeting all of the requirements and conditions outlined above must so indicate by responding via email to Point of Contacts (POCs) identified herein. All submissions must include full company names, POCs to include, name, position, office and mobile telephone numbers and email addresses. Qualified sources capable of demonstrating capability to meet this proposed action are encouraged to respond to this SSA by providing the requested information noted above No Later Than (NLT) Close of Business 18 October 2012, 1600 Eastern Daylight Time. All proprietary and restricted information shall be clearly marked accordingly. Again, all responses and inquiries pertaining to this announcement shall be forwarded via email to all of the following POCs: Thomas Frank, Industrial Engineer, Thomas.M.Frank.Civ@Mail.Mil Kristen Weiman, Contracting Specialist, Kristen.L.Weiman.Civ@Mail.Mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8c09cd1198920a5d3b7f1dcf79eeb80f)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02908353-W 20121006/121004234944-8c09cd1198920a5d3b7f1dcf79eeb80f (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 |
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.