Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2017 FBO #5824
SOURCES SOUGHT

58 -- DUKE RMI

Notice Date
11/1/2017
 
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
W56KGY-18-R-E002
 
Archive Date
12/15/2017
 
Point of Contact
Eric C. Pyles, Phone: 4438615378
 
E-Mail Address
eric.c.pyles.civ@mail.mil
(eric.c.pyles.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W56KGY-18-R-E002 Notice Type: Sources Sought Synopsis: 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 the Army's Counter Radio-Controlled Improvised Explosive Device (RCIED) Electronic Warfare (CREW) AN/VLQ-12 (V)3 (Duke V3) chassis. The chassis will be provided as Government Furnished Equipment (GFE). The completed RMI assemblies (Duke V4) will undergo a Production Acceptance Test (PAT) prior to delivery to the Government. The Government's acquiring activity is the 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 up to 660 Reliability and Maintainability Improvement (RMI) kits to be installed into GFE Army CREW Duke V3 chassis and for the purchase of up to 660 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) is performed by SRCTec Inc, 5801 East Taft Road, North Syracuse, NY. The kits have been purchased under contract W56KGY-15-D-0022 and are provided as GFP for the assembly and testing activities performed under the Intelligence and Information Warfare Directorate (I2WD) Contract W15P7T-10-D-D415 Task Order KY06. The final assembly shall commence immediately after award of up to the 660 RMI kits and purchase of the eRCUs. The RMI initiative leverages the RESET process by using Recapitalization, which is essentially a rebuild effort that extends the CREW Duke's useful life by returning it to a zero-hour condition with an upgraded performance specification. Reliability and maintainability are both improved, with a dividend of improved performance, while addressing parts obsolescence issues. The eRCU is a critical component of the 22 part RMI Kit. It is an active extension of the front panel controls of the CREW Duke system. The eRCU makes it possible for the operator to set various parameters, filters, and to monitor detections from a remote and more convenient location during tactical operations. Following the installation of the RMI Kit parts into the chassis and integration of the eRCU, each unit must go through PAT per the current PAT Plan & Procedure. This includes a Pre-Highly Accelerated Stress Screening (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 software data rights for either ATE or HASS automation. The ATE and all facilities, Circuit Card Assembly (CCA) test fixtures, and automation for PAT (including the HASS chamber, benchtop test equipment, and ATE) 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 592 kits. The ceiling increase would allow the Government to add the eRCU component to complete the kit as well as procure up to 660 completed systems. This addendum to the existing contract allows the Government to efficiently procure the Duke V4. These component kit parts must be procured and assembled prior to 30 September 2018. 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 to Dan Schwartz at Building 5100 Magazine Road, Aberdeen Proving Ground, MD 21005-5159 no later than 4pm (1600) on November 30, 2017. Dan Schwartz Product Director Electronic Attack Office- (443)395-4772 Cell- (443)640-7890 Email- daniel.a.schwartz4.civ@mail.mil Eric Pyles Contract Specialist Office- (443)861-5376 Email- eric.c.pyles.civ@mail.mil 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bd3ee62da6238a9d5e58a8a03c495776)
 
Record
SN04728884-W 20171103/171101231115-bd3ee62da6238a9d5e58a8a03c495776 (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.