Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2016 FBO #5272
SOURCES SOUGHT

58 -- Mounted Counter Radio Controlled Improvised Explosive Device Electronics Warfare (CREW) System

Notice Date
4/28/2016
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY16RM0120
 
Archive Date
5/28/2016
 
Point of Contact
Oral G Grant, Phone: 443-861-5375, Christopher R Gaines, Phone: 4438615389
 
E-Mail Address
oral.g.grant.civ@mail.mil, christopher.r.gaines4.civ@mail.mil
(oral.g.grant.civ@mail.mil, christopher.r.gaines4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS RFI IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSAL, OR REQUEST FOR QUOTES. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSION OF INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR RESPONSES. The U.S. Army Contracting Command Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, MD, is conducting this RFI to identify potential sources for the installation of Reliability, Maintainability and Improvement (RMI) kits into Duke V3 chassis, as described below on behalf of Program Executive Officer (PEO) Intelligence & Electronic Warfare & Surveillance (IEW&S), Program Manager (PM) Electronic Warfare & Cyber (EW&C), Product Director (PD) Electronic Attack (EA). Description: The Duke system provides force protection against RCIED threats for occupants in wheeled and tracked vehicle platforms and within the vicinity of fixed site positions. Requirements have been identified for 412 RMI kits to be installed into Duke V2 chassis and for the purchase of 412 Enhanced Remote Control Units (eRCU). Currently, the procurement of the kit parts, the installation, and all associated testing (PAT testing with troubleshooting and repair until PAT is passed) of 191 RMI kits is being performed by SRCTec Inc, 5801 East Taft Road, North Syracuse, NY. The kits are being purchased under contract W56KGY-15-D-0022 while the installations and testing are being performed under two separate contracts, W15P7T-09-D-M615 and W15P7T-10-D-D415 held by I2WD. The installations shall commence immediately after award of the 412 installs and purchase of eRCUs. The eRCU is part of the 22 part kit which was erroneously overlooked during preparation and award of the contract to SRCTec Inc. This part should have been included in the parts list for award, as it is an essential piece to completing the RMI kits. The eRCU makes it possible for operators to benefit from vital system features that would otherwise be out of convenient reach during tactical operations. Following the installation of the parts into the chassis, each unit must immediately go through a Production Acceptance Test (PAT) per the current Production Acceptance Test Plan & Procedure. This includes a Pre-HASS Functional Test with the current Automated Test Equipment (ATE), HASS Environmental Screening, and Post-HASS Functional Testing with the current ATE. It should be noted that the Government does not own the SW data rights for either ATE or HASS automation. The ATE and all facilities, fixtures, and automation for PAT (including the HASS chamber, benchtop test equipment, and Automated Test Equipment) must be developed / procured using contractor funding. GFE is not available for these items. For any Duke system assembled which does not pass the PAT, troubleshooting and repair must be performed, until the unit is able to meet the PAT requirements. Each unit must be shipped with PAT data, both in an electronic database and via paper printouts. This office intends on issuing a ceiling increase to contract W56KGY-15-D-0022 held by SRCTec, Inc. This contract currently provides for the purchase of 412 kits. The ceiling increase would allow the Government to add the overlooked eRCU to complete the kit as well as award 412 installs of kits into chassis to create a complete system. Awarding the kits purchase and installs under one contract allows the Government to pull in all parts of a program which are currently being performed under multiple contracts. The Government requests that parties who object to this ceiling increase submit white papers that fully describe their ability to perform/deliver the above work. The Government does not intend to conduct one-on-one discussions. NOTE THE GOVERNMENT IS UNDER NO OBLIGATION TO CONDUCT DISCUSSION OR REQUEST DEMONSTRATION, NOR IS IT LIABLE FOR ANY COSTS OR EXPENSES INCURRED IN RESPONDING TO THIS RFI. Response Format: The paper must include company name, company address, overnight delivery address (if different from mailing address), cage code, point of contact, e-mail address, telephone number, fax number; business size, unique qualifiers (e.g. large, foreign, small disadvantage, veteran owned, woman owned, etc.). RFI responses are limited to 3 pages, excluding cover page, administrative pages. Responses shall be written using 10 point Times New Roman, single spaced, with one (1) inch margins in Microsoft Word Office 2007 compatible format. The Government acknowledges its obligation under 18 U.S.C. 1905 to protect information qualifying as confidential under this statute. Pursuant to this statute, the Government is willing to accept any proprietary (e.g., trade secret) restrictions placed on qualifying data forwarded in response and to protect it from unauthorized disclosure subject to the following: 1. Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) PROPRIETARY with any explanatory text, so that the Government is clearly notified of what data needs to be appropriately protected. 2. In marking such data, please take care to mark only those portions of the data or materials that are truly proprietary (over breadth in marking inappropriate data as proprietary may diminish or eliminate the usefulness of your response-see item 3 below). Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. 3. The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the possession of the Government will be protected in accordance with the Government's rights in the data. 4. Proprietary data transmitted electronically, whether by physical media or not, whether by the respondent or by the government, shall contain the proprietary legend, with any explanatory text, on both the cover of the transmittal e-mail and the beginning of the file itself. Where appropriate for only portions of an electronic file, identify where the restrictive legends proprietary portion begins and where the proprietary portion ends. RESPONSE Deadline and Submissions: Parties may begin submitting responses to this Request For Information immediately with all white paper submissions due at the below location no later than 4pm (1600) on May 13, 2016. The information provided in response to this RFI will be used to determine whether other sources exist with an ability to deliver the required items to meet the needs of the requirement, and ultimately may result in the Government developing and issuing a Request for Proposal (RFP) to industry for award of a contract. Contracting Office Address: c/o Christopher Gaines 6001 Combat Drive APG, MD 21009 Point of contact for this action is Christopher Gaines, Christopher.r.gaines4.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c8ab590905a34b12af2d7b47aac68630)
 
Record
SN04098881-W 20160430/160428234949-c8ab590905a34b12af2d7b47aac68630 (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.