SOURCES SOUGHT
59 -- Next Generation Automatic Test System (NGATS) FRP
- Notice Date
- 1/25/2018
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-18-X-01CF
- Archive Date
- 3/10/2018
- Point of Contact
- miluska lewis, Phone: 9737244206
- E-Mail Address
-
miluska.p.lewis.civ@mail.mil
(miluska.p.lewis.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (SOURCES SOUGHT) INTRODUCTION ACC NJ issues this Request for Information (RFI) on behalf of the Product Director - Test Measurement & Diagnostic Equipment (PD-TMDE). The overall purpose of this notification is to improve the Government's understanding of industry general capabilities and identify qualified sources capable of producing, integrating and supporting the Next Generation Automatic Test System (NGATS). BACKGROUND The Army has developed and is currently producing their next generation automatic test equipment (ATE) systems, the NGATS. NGATS has been developed to replace the existing legacy ATE systems and as such, consolidate 100% of the support capabilities of legacy ATE systems which includes the Integrated Family of Test Equipment (IFTE) off platform test stations known as the Base Shop Test Facility Version 3 (BSTF (V)3) and BSTF (V)5 and the Direct Support Electric System Test Set (DSESTS) into a new system in an effort to expand and improve the Army's ATE capability, to include support for modern Test Program Set (TPS) languages, addition of a robust system health monitoring and management system, and deployment of an advanced graphical user interface that satisfies Government and industry standards for usability and functionality. A previous Market Survey/Sources Sought Notice was published on 15 March 2011 for the NGATS. The U.S. Army PD-TMDE is exploring industry capability to produce and integrate NGATS field ready systems at a high volume rate. The production will include both sheltered and standalone configurations. The integration will include the installation of the ATE console into the shelter and the installation and verification of a Government furnished Abrams and Bradley test subsystem. PD-TMDE is interested in exploring the market capability and determine if a robust competitive environment exists. The PD-TMDE serves as the lead for ATE procurement and lifecycle management in the Army. In support of its mission, PD-TMDE: • Manages the design, development and acquisition of new ATE systems. • Engages a wide range of automatic test stakeholders utilizing ATE systems at all echelons of maintenance support within the Army. • Partners with ATE sustainment organizations to ensure the Army ATE capability is maintained to effectively support Army requirements. OBJECTIVES This notice is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Contract type is anticipated to be Fixed Price Incentive based on full and open competition. This Request for Information is for information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute a Request for Proposal, nor does it restrict the Government as to the ultimate acquisition approach, nor should it be construed as a commitment by the Goverment. CAPABILITIES COVERAGE PD-TMDE seeks to identify vendors that can provide the following services: I. Automated Test Equipment Console The envisioned services comprise the following broad categories: A. Production - The vendor is required to have the capability to produce and integrate a complex ATE system in high volume detailed technical data such as re-procurement technical data packages, Engineering Change Proposals (ECPs), specification data, etc. B. Production Life Cycle - The vendor is required to have the capability and extensive experience to perform continual large-scale production of major, Army general-purpose automated test systems. The vendor shall have extensive experience with major Army ATE development, production, production support and fielding. The vendor shall be knowledgeable with all NxTest policies and directives, Department of Defense (DoD) common framework for ATE, and the appropriate Industry, DoD and Army ATE standards. C. Integration - The vendor is required to have the capability to integrate complex ATE subsystems into a final configuration item that meets the final system level requirements and specifications. D. Test Program Set (TPS) Offload - The vendor is required to have extensive knowledge and experience with the Army TPS migration, development, integration and maintenance processes. The vendor will be responsible for integrating all identified TPSs and any TPS software processes and related tools required for migrating selected weapons system TPSs that currently operate on the NGATS configuration to the proposed production station. E. Interfaces and System Software - The vendor is required to have extensive knowledge and experience with the development, integration and implementation of a fully-functional, system-level software environment that allows multiple Run Time System (RTS) to coexist and implement a system health monitoring and management application. The vendor should also possess knowledge and experience with the development of an ATE Graphical User Interface. F. Management - The vendor is required to have extensive knowledge and experience in production management and have the capability to implement a program to manage performance, cost, schedule, and data delivery requirements of the contract as defined in the Integrated Master Schedule (IMS). The vendor is required to have a CMMI level 3 certification and/or an ISO 9001 certification. G. The vendor is required to have extensive knowledge and experience in implementing Configuration Management programs consistent with the requirements of ISO 9001, Section 4.5. CAPABILITY STATEMENT Interested parties are requested to submit a capability statement that addresses the following: 1.Ability and proof (prior experience/facilities description) to perform the tasks set forth in the Capabilities Coverage section described above in the continental United States (CONUS) and outside the continental United States (OCONUS), including nation-wide deployment strategy and support capabilities. 2. Ability to comply with DoD/Army policies and standards. 3. Skills or techniques (human capital and/or resources) that are integral factors for achieving the tasks detailed under the Capabilities Coverage section. 4. Ability to provide the resources to manage multiple projects at the same time, hire qualified personnel, train personnel on enrollment and biometric capture standard operating procedures, establishing technical infrastructure. 5. Experience of the vendor and key personnel, who would be critical to program success, as they apply directly to meeting the tasks listed under the Capability Coverage section. 6. Experience and capabilities should be based on personnel currently employed and company past performance in related areas. ADMINISTRATIVE All interested parties should submit the capability statement to the NJ-ACC. Submissions shall not exceed 5 pages in length. A proposed price is not required or requested under this Request for Information. A company must identify its business size status and applicable NAICS code(s) in the capability statement. Capability statements are required to be received electronically via email to the POCs Subject: PD TMDE Next Generation Automatic Test System (NGATS) RFI, no later than 23 February 2018 at 4:00 p.m. Eastern Time. Responses received after this deadline will not be reviewed. PD TMDE's primary point of contact is the Contract Specialist, Miluska (Mila) Lewis, who can be reached via e-mail at miluska.p.lewis.civ@mail.mil>. The secondary point of contact is the Contract Officer, Mark Zator, who can be reached via e-mail at mark.zator.civ@mail.mil. Any questions regarding this notice shall be directed to both POCs in writing, via email. While any and all questions must be directed to the Government points of contact identified in this announcement, answers to those questions, as well as any and all clarifications, extensions, or changes will be posted to www.fbo.gov and will only be available at www.fbo.gov prior to the closing date and time of the this notice. Companies responding to this RFI are responsible for all expenses associated with responding to this RFI. (Note: The Government will not pay any costs associated with this effort). ACC NJ on behalf of PD TMDE is not seeking or accepting unsolicited proposals. Since this RFI is for information and planning purposes, no evaluation letters or results will be issued to respondents.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/487f1fa110486c2a63ba20f2b132378e)
- Record
- SN04799508-W 20180127/180125231125-487f1fa110486c2a63ba20f2b132378e (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 |