Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOURCES SOUGHT

58 -- Common Infrared Countermeasure (CIRCM) System B-Kit Production Hardware and Services

Notice Date
1/13/2020 12:44:53 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-20-R-ASE01
 
Response Due
1/27/2020 11:00:00 AM
 
Archive Date
02/11/2020
 
Point of Contact
Christopher B. Williams
 
E-Mail Address
christopher.b.williams94.civ@mail.mil
(christopher.b.williams94.civ@mail.mil)
 
Description
Disclaimer: This Sources Sought/Request for Information (SS/RFI) is for market research.� Information gathered to be used for preliminary planning purposes in accordance with Federal Acquisition Regulation (FAR) Part 15.201(e). This announcement is not an Invitation for Bid or Request for Proposal (RFP) and does not commit the Government to solicit or award a contract now or in the future.� No solicitation is available at this time, nor is there an estimated date of solicitation release at this time.� This office does not intend to award a contract on the basis of this RFI or reimburse respondents for information solicited.� Companies will not be entitled to payment for direct or indirect costs that are incurred in responding to this SS/RFI.� The information provided may be used by the Army in developing its acquisition strategy, Statement of Work and/or Performance Work Statement.� This information is subject to change and in no way binds this office to pursue any course of action described herein.� If this office chooses to issue an RFP at some future date, another notice will be published. Overview: This SS/RFI is issued by the Army Contracting Command-Redstone, on behalf of the Project Manager, Aircraft Survivability Equipment (PM ASE), to seek sources interested in participating in the potential procurement of a laser based Common Infrared Countermeasure (CIRCM) System. The U.S. Government is seeking sources for the production and support of the CIRCM System and Subsystems; including software, engineering, and logistics support services. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334511. Description: The U.S. Government anticipates award of one or more contracts in support of the CIRCM programs B-Kit Production Hardware, System Engineering Support Services, and Logistic Support Services. The contract types may include, but are not limited to, Firm Fixed Price, Fixed Price Incentive Firm (FFP/ FPIF), Cost, or Cost Plus Incentive Fee (CPIF).� The CIRCM Program is a U.S Army Acquisition Category 1C (ACAT 1C) program. This effort will be for the production of B-Kits which consists of two lasers, two pointer trackers, and one system processing unit and the associated software and firmware which have been tested and qualified by the U.S. Army. These B-Kits will be integrated, under this contractual effort, with an installed A-Kit on potentially all rotary wing and fixed wing aircraft within the Department of Defense. The B-Kits will be manufactured in accordance with the Government�s specifications. This contract will also include repair, depot and fielding logistics for a period of five years. Software improvements and sustainment builds will also be included on this contractual effort. This effort also includes Interim Contractor Logistics Support (ICLS) for recurring Continental United Stated (CONUS)/Outside Continental United States (OCONUS) support, priority support, and system reset and repair requirements for the CIRCM systems to include Test Equipment and Support Equipment (TE/SE). Vendors must provide repair facilities for the CIRCM system and be capable of repairing/replacing the Shop Replaceable Unit (SRU) level, provide hardware and software technical support, and demonstrate the capability of sustaining the system during this ICS period.���� In order to directly support the program manager in all efforts, there is a need to establish and maintain Systems Engineering, Integration and Test (SEIT) capability to support the CIRCM system during production and deployment.� This contract shall be staffed to manage SEIT activities and to establish effective control over the systems engineering technical and management processes for the CIRCM system (both Hardware and Software). The required technical support shall include management of sub-contracted items and services, contract cost, performance, and schedule requirements).� How to Respond: All interested Parties should submit a written response to this SS/RFI no later than 27 January 2020. Responses shall be limited to 20 one-sided pages. Submissions shall be capable of being printed on 8.5 x 11 inch paper with one inch margin (top, bottom, left and right) and a 12 point Arial or Times New Roman font. Line spacing shall be set at no less than single space. Tables, drawings and header/footer information shall be 10 point Arial font or larger. For tables and drawings, landscape orientation is permitted. Microsoft Office Professional 2000 and PowerPoint 2000 or later shall be used to create the files. All graphics shall be compatible with MS PowerPoint 2000. If any of the material provided contains proprietary information, please mark and identify disposition instructions. Submitted data will not be returned. Responses shall include, but it is not limited to the following: A Company History: A one page history to include previous major products and primary customer base. � Past Performance Information: List your company�s experience within the last five years for work of a similar size, type, and complexity as described above. If possible, include the following information: contract number, type of contract, dollar value of contract, and government point of contact with knowledge of performance. Additional Information: The U.S. Army requests interested vendors respond to this SSA with the information to demonstrate their ability to perform the tasks described above. Vendor responses should, at a minimum, clearly demonstrate their integral knowledge of the CIRCM system. Potential sources must also be able to clearly identify/demonstrate how they will meet support tasks within a short period of performance with minimal USG technical oversight. Responses must include your organizations approach to providing the described engineering services and any specialized capabilities, skillsets, or equipment directly related to CIRCM. Furthermore, the potential source shall not infringe on Intellectual Property Rights. Sources shall also possess production and test facilities that are cleared up to the secret level. Submissions will not be returned to respondents. Security classification guidance shall be directed to PM ASE, Jill Stewart at 256-842-2615 and email jill.g.stewart.civ@mail.mil. Submission Information: Interested offerors shall respond to this sources sought no later than 1300 (CST) on 27 January 2020. All interested contractors must be registered and active in the System for Award Management (SAM) to be eligible for award of Government contracts. All responses to this SS/RFI shall be submitted via email to Chris Williams, Contracting Officer at christopher.b.williams94.civ@mail.mil and include W58RGZ-20-R-ASE01 in the subject line. Additional Information: There is no commitment by the U.S. Government to issue a solicitation, make an award or awards, or to be responsible for monies expended by an industry response to this SS/RFI. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) Beta website located at http://beta.sam.gov. All information received in response to this SS/RFI that is marked proprietary will be handled accordingly. Interested vendors may submit one (1) set of questions regarding this SS/RFI, by email to the points of contact listed below within five (5) business days of the SS/RFI publication date. Contracting Office Address: Army Contracting Command � Redstone Attn: Christopher Williams Sparkman Bldg 5303 Redstone Arsenal, Alabama 35898-0000 Place of Performance: Department of the Army, Project Manager, Aircraft Survivability Equipment (PM ASE) Huntsville, Alabama 35806 Primary Point of Contact: Christopher Williams, Contracting Officer Email: christopher.b.williams94.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/44092718b22a4b628a9e56926fce1950/view)
 
Place of Performance
Address: Huntsville, AL 35806, USA
Zip Code: 35806
Country: USA
 
Record
SN05533575-F 20200115/200113230303 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.