SOURCES SOUGHT
14 -- Depot Level Repair Requirements for the PATRIOT Missile System
- Notice Date
- 10/22/2018
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land Aberdeen, 6565 Surveillance Loop, Room C1-301, Aberdeen Proving Ground, Maryland, 21005, United States
- ZIP Code
- 21005
- Solicitation Number
- SPRBL1-19-R-0012
- Archive Date
- 11/21/2018
- Point of Contact
- Lindsey Schuman, Phone: 4438614526
- E-Mail Address
-
lindsey.schuman@dla.mil
(lindsey.schuman@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: This is a request for information (RFI) only. This is not an invitation for bids (IFB), request for quotations (RFQ), or request for proposals (RFP). The US Government is seeking sources to provide on-site depot level diagnosis, clean up, repair, modification, technical assistance and maintenance of Phased Array Tracking Radar to Intercept of Target (PATRIOT) Missile System Major Items deployed in CONUS and OCONUS locations. Background: The US Army, Lower Tier Project Office (LTPO) has identified a need to provide depot level repair requirements for the PATRIOT Missile System. This requirement is for an estimated 3,660 man months for 1 February 2020 through 31 January 2025, with a need date of 1 February 2020. The contractor, as an independent contractor and not as an agent of the Government, shall furnish the services, materials and resources (except as may be furnished by the Government) required to perform depot level diagnosis, clean up, repair, modification, technical assistance and maintenance of PATRIOT Missile System Major Items world-wide. This procurement requires access to classified hardware and software as well as Raytheon Proprietary information. The Government cannot provide this information to contractors as a result of this posting. The contractor would have to accomplish these efforts without the use of the Manufacturing Data Package, as it contains proprietary information. This includes configuration information needed for set up, interconnection, as well as reach back support from Raytheon engineering. This support is used by the Major Item Repairmen (MIR) in the field when an issue arises beyond their capabilities. The MIR have access to historical and system expertise developed by Raytheon. The Government does not have access to this information and will not be able to provide any prospective contractor access to it. Raytheon is not obligated to provide any system support to any prospective contractor. Interested firms are invited to indicate interest by providing: 1. Company name, company address, overnight delivery address (if different from mailing address), Cage Code, point of contact, e-mail address, telephone number, fax number. 2. Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc.) 3. Affirmation of cleared personnel. 4. A description of the company's expertise in providing on-site depot level diagnosis, clean-up, repair, modification, technical assistance and maintenance of PATRIOT Missile System Major Items as identified above. 5. The company's experience in meeting contractual due dates for similar type efforts. All responses shall be unclassified. All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. The closing date for this RFI is _06 Nov 18 The Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or any subsequent exchange of information. All responses shall be transmitted electronically to Lindsey Schuman. POC: Lindsey Schuman Contract Specialist Defense Logistics Agency Land at Aberdeen DSCC-ZLA 443-861-4526 lindsey.schuman@dla.mil This RFI is for planning purposes only and shall not be considered as an IFB, RFQ, or RFP. Additionally, there is no obligation on the part of the Government to acquire any products described in this RFI. Your response to this RFI 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 RFI. 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. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. The Government does not intend to distribute a technical data package as a result of this request. Contractors that would like to become source approved should follow the appropriate steps to become a source approved supplier of these parts as outlined on the AMCOM Competition Management Office website page entitled "Missile SAR Instructions" for more detailed information on the process. The address for this web page is: http://amcomdmz.redstone.army.mil/casl_cmo/casldba.casl_cmo_samsar_submittal_inst?p_which_one=MISSILE. The Aviation and Missile Command Engineering Data Information System group will determine the contractor's ability to receive the information requested through in-place processes. The contractor would have to accomplish these efforts without the use of the Manufacturing Data Package, as it is proprietary information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f31a38be0ac23067c708b5e629ef3537)
- Record
- SN05131192-W 20181024/181022230552-f31a38be0ac23067c708b5e629ef3537 (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 |