Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2016 FBO #5340
SOLICITATION NOTICE

C -- Avenger Weapon System Engineering Services

Notice Date
7/5/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-16-R-0152
 
Archive Date
8/5/2016
 
Point of Contact
Jamie L Johnston, Phone: 2569550944
 
E-Mail Address
jamie.l.johnston4.civ@mail.mil
(jamie.l.johnston4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Cruise Missile Defense Systems (CMDS) Project Office Sentinel/ Stinger Based Systems Product Office The CMDS Project Office is conducting market research to determine if there are potential sources with the capability to provide engineering and technical services in support of the Avenger Weapon System and all derivative systems, and are to be performed for both United States (US) and Foreign Military Sales (FMS) customers. In accordance with Federal Acquisition Regulation 15.201 (e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. No contract award is intended as a result of this request. The Government will not pay for information received. The Government Point of Contact (POC) will be Alisha King, CCAM-SM-T, Redstone Arsenal, AL 35898, 256-955-6155. Per FAR 52.215-3, Request for Information (RFI) or Solicitation for Planning Purposes: (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the Federal Acquisition Regulation. (b) Although the term "proposal" is used in this RFI, your response will be treated as information only. It shall not be used as a proposal. (c) This RFI is for planning and market research purposes only and should not be considered as a request for proposals or as a solicitation to do business with the Government. The contractor will be responsible for complex system engineering support, manufacturing support, test equipment support, logistical support and other support associated with the production, test, fielding and sustainment of the Avenger Weapon System, Avenger Line Replaceable Units (LRUs), field test equipment, and documentation. Support will include but is not limited to: - Providing detailed technical expertise for Avenger Weapon Systems and LRUs (all variants), support equipment and system interfaces at the component and system level; - Designing and fabricating new solutions based on the current Avenger design to USG requirements; - Performing complex system integration tasks; - Performing Reliability Assessments on components and at the system level; - Providing failure analysis and correct action identification at the system and LRU level; - Providing software engineering and development for current and future software requirements. - Providing maintenance personnel in FMS countries to support FMS customers; - Supporting test activities in the US and FMS countries including assessment of test results; - Providing in-depth system engineering analysis of the entire system to support performance improvement, failure analysis and other engineering activities for the system and LRUs; - Providing manufacturing engineering support for the production of all components and the major end items; - Providing design and technical support for existing and future contractor and USG-owned test equipment; - Providing support to FMS customers for issue resolution utilizing regulatory and statutory guidance; - Performing logistics functions, including technical manual generation and modification, maintenance support, readiness reporting data, system repairs, availability management, Packaging, Handling, Storage, and Transportation (PHS&T), training and system deployment to include delivery and training for use of the Avenger Weapon System and variations; - Complying with all Quality Assurance (QA) requirements, to include updating all maintenance records, procedures, and log books, for auditing and configuration management of weapon system data; - Having and maintaining a facility that is compliant to all applicable federal, state, and local requirements, to perform the required work; - Capability of providing Avenger Weapon System compliance with current DoD Information Assurance (IA) requirements. Meeting all contractor security, (IA)/Cybersecurity and Communications Security (COMSEC), Federal, and DoD requirements including Defense Security Service (DSS) accreditation for both unclassified and classified information; - Quickly and effectively analyzing and resolving hardware and software failures to return the system and its variants to operational capability. Proposer must have capability at the start of the performance period and responder must be able to perform all required tasks. Partial solution proposals will not be considered. Avenger Mission The Avenger mission is to provide a lightweight, highly mobile, shoot on the move, day/night, short- range surface-to-air missile and gun weapon system mounted on M1097A1 High Mobility Multi-Purpose Wheeled Vehicle (HMMWV) to engage Fixed Wing (FW), Rotary Wing (RW), Unmanned Aerial Vehicle (UAV) and Cruise Missile (CM) threats. The Avenger A2 derivative system, termed Slew-to-Cue (STC), receives cues to a track from an outside source and automatically slews to and follows the target beyond line of sight. Avenger Overview Avenger is a critical part of the Army's Short Range Air Defense System (SHORADS). The Avenger Weapon System consists of two turret-mounted Stinger missile pods, a.50 caliber machinegun, Forward Looking Infrared System (FLIR), Laser Range Finder (LRF), Environmental Control Unit/Prime Power Unit (ECU/PPU), auto-track systems and Identification Friend or Foe (IFF) system. There are two 12V, 100 AMP lead-acid batteries connected in series, equaling 24V, for system power. The fully rotating, gyro-stabilized turret is mounted on the HMMWV. The fire unit can engage a target with missile or machinegun, while on-the-move or from a stationary position with gunner in-turret or from a remote location using the Remote Control Unit (RCU). The Government requires the contractor to support training and fielding efforts, to include New Equipment Training (NET); line replaceable unit (LRU) redesign and replacement, installation, and training; as well as maintenance and sustainment activities, to include sustainment training in support of the deployed system. The Government requires a team of Field Service Representatives (FSRs) with expertise in the areas of Weapon System operation, sustainment and repair; mechanical and electrical maintenance and repair; physical security; and site sustainment and maintenance. Contractor employees will be required to have Secret security clearances. The contractor will be responsible for the safe, efficient and compliant operation and maintenance of the Avenger Weapon Systems and sites. RESPONSE INSTRUCTIONS Part A. Business Information: Please provide the following information for your company/institution and for any teaming or joint venture partners: 1. Company/Institute name 2. Address 3. Point of Contact 4. Cage Code 5. DUNS Number 6. Phone Number 7. E-mail Address 8. Web page URL 9. Size of business pursuant to North American Industry Classification System (NAICS) Code 611512. Based on the above NAICS Code, state whether your company qualifies as a: a. Small Business (Yes/No) b. Woman Owned Small Business (Yes/No) c. Small Disadvantaged Business (Yes/No) d. 8(a) Certified (Yes/No) e. HUB Zone Certified (Yes/No) f. Veteran Owned Small Business (Yes/No) g. Service Disabled Small Business (Yes/No) h. Central Contractor Registration (Yes/No) i. Statement describing company as domestically or foreign owned (if foreign owned, please indicate country of ownership). Part B. Capability: 1. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience (no more than five examples) on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). 3. What experience do you have planning and executing the deployment and sustainment of weapons and other defense-related systems? What specific experience do you have with the Avenger Weapon System? 4 Describe your company's experience in providing maintenance support, and especially in a foreign country. 5. Describe your company's experience working in support of military personnel and collaboratively with another prime contractor. 6. Describe your experience with Information Assurance (IA)/Cybersecurity and associated documentation. Describe your company's capabilities for generating, handling, updating, processing, and storing classified material and data. 7. Describe your company's capabilities and experiences in the deployment and support of complex weapons systems at multiple locations at the same time to include FMS countries. 8. Describe the top five risks you foresee in executing an effort of this scope. What steps would you likely take to mitigate the risks? 9. If you were to rely on subcontractors for this effort, what subcontractors would you use to do what percentage of which portions? What are their experiences and do you already have a relationship with the subcontractor(s)? 10. Describe your company's approach and capabilities in obtaining and retaining qualified and experienced personnel. How soon could your company secure qualified personnel? 11. Describe your company's experience in classroom instruction and simulator instruction. Describe the top five risks for your company in the execution of classroom instruction and simulator instruction. 12. Describe your process for maintaining inventory records and reporting on-hand versus in-work balances and repair status to your customer. Part C. Financial Capability: 1. Describe your financial capabilities to successfully perform this contract. 2. Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. SUBMISSION INSTRUCTIONS: Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. Marketing material is considered an insufficient response to this RFI. Please limit responses to no more than 20 pages. Please mail two (2) copies of your response to: Army Contracting Command, ATTN: Alisha King, Redstone Arsenal CCAM-SM-T, Building 5250, 3rd Floor, Redstone Arsenal, AL 35898-5000, or to the following e-mail address: alisha.r.king.civ@mail.mil. Response must include: Company name, Commercial and Government Entity (CAGE) code, classified mailing address, and appropriate point of contact information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3286eb68f4a0fdd2b82396f6e575d49d)
 
Place of Performance
Address: Bldg. 5250 Martin Road, Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04170894-W 20160707/160705234152-3286eb68f4a0fdd2b82396f6e575d49d (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.