Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2020 SAM #6673
SOURCES SOUGHT

25 -- DVHA1 MEP Kits

Notice Date
3/5/2020 12:38:57 PM
 
Notice Type
Sources Sought
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
W4GG HQ US ARMY TACOM WARREN MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
MEPKITSADV018
 
Response Due
3/20/2020 1:00:00 PM
 
Archive Date
04/04/2020
 
Point of Contact
Angelo D. Vivio, Phone: 586-282-0418, Heather Sopiak, Phone: 586-282-9339
 
E-Mail Address
angelo.d.vivio.civ@mail.mil, heather.k.sopiak.civ@mail.mil
(angelo.d.vivio.civ@mail.mil, heather.k.sopiak.civ@mail.mil)
 
Description
INFORMATION SOUGHT: This is a sources sought notice requesting information in support of the following potential requirement; with part numbers and kit description listed below. This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation. All portions of this market survey are merely for market research purposes and subject to change at any time. Response to this survey is voluntary and no reimbursement will be made for any costs associated with providing information in response to this market survey. Data submitted in response to this market survey will not be returned. Please note that the Technical Data Package (TDP) will only be made available if, and when, a solicitation is released. POTENTIAL REQUIREMENT: a. NOUN:� Company Commander Integration Kit (CCIK) P/N:� LS1092445 DESCRIPTION/ CAPABILITY: The company commander's kit can be applied to an Infantry Carrier Double V Hull (ICVV) to increase the Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) capability of the vehicle to that of the company commander configuration of the Commander's Vehicle (CVV). The primary C4ISR components of the kit are a Frequency Hopping Multiplexer (FHMUX) and Single Channel Ground and Airborne Radio System (SINCGARS) radio set. b. NOUN: Scout Kit (Complete) P/N: LS1093381 DESCRIPTION/ CAPABILITY: The scout kit is designed to be applied to an Infantry Carrier Vehicle, Double V Hull (ICVV). The scout kit adds additional Reconnaissance, Surveillance and Target Acquisition (RSTA) capabilities by providing stowage provisions for the Long Range Advanced Scout Surveillance System (LRAS3) including all of its removable components. The scout kit also provides the ICVV with additional C4ISR capability through the addition of the AN/VRC-104(v)6 Radio and mount and a SINCGARS, amplifier-frequency multiplier and mount. Additional features of the scout kit include a stowable mount for the Force XXI Battle Command Brigade-and-below (FBCB2) monitor and keyboard and a Vehicle Mounted Charger (VMC) designed to charge ten different battery types while the vehicle is moving or stopped. The primary components are LRAS3 KIT, AN/VRC-104(v)6 Radio Kit, LRAS3 Battery Charging Kit and SINCGARS 92F Kit. c. NOUN: Mounted/ Netted LRAS (ICVVA1) P/N: 57K9515 DESCRIPTION/ CAPABILITY: The Mounted LRAS3 provides the capability to pintle mount the LRAS3 in front of the left air guard hatch, and connects the LRAS3 to vehicle power.� The Mounted LRAS3 kit also provides a standing platform for the LRAS3 operator that accommodates soldiers of different heights; and it utilizes the davit system (used on RV and FSV) to hoist the LRAS3 from ground level to the roof of the vehicle. The Netted capability provides the ability to send images that the LRAS3 operator is looking at via JCR/JBC-P (e.g. attached to a spot report) by adding an Ethernet connection between the LRAS3 and the BC computer (JCR/JBC-P) as well as software additions to both the LRAS3 and JCR/JBC-P. d. NOUN: Mounted/ Netted LRAS (ICVV) P/N: 57K8602 DESCRIPTION/ CAPABILITY: The Mounted LRAS3 provides the capability to pintle mount the LRAS3 in front of the left air guard hatch, and connects the LRAS3 to vehicle power.� The Mounted LRAS3 kit also provides a standing platform for the LRAS3 operator that accommodates soldiers of different heights; and it utilizes the davit system (used on RV and FSV) to hoist the LRAS3 from ground level to the roof of the vehicle. The Netted capability provides the ability to send images that the LRAS3 operator is looking at via JCR/JBC-P (e.g. attached to a spot report) by adding an Ethernet connection between the LRAS3 and the BC computer (JCR/JBC-P) as well as software additions to both the LRAS3 and JCR/JBC-P. e. NOUN: ECP Scout Delta Kit P/N: LS1094399 DESCRIPTION/ CAPABILITY: The ECP Scout Delta Kit provides an alternate shelf and power cable that is required when the Scout Kit is mounted on an ICVVA1 Stryker. f. NOUN: RETRANS Kit P/N: LS1107824 DESCRIPTION/ CAPABILITY: SINCGARS RETRANS configuration is to extend the range of an RF transmission. The primary components are additional SINCGARS radios, Power Amplifier, RIT, Rack Assy and SEP. g. NOUN: AN/VRC-103 (DVH) Delta Kit P/N: LS1092481 DESCRIPTION/ CAPABILITY: The AN/VRC-103 (DVH) Delta Kit provides additional cabling and bracketry that allow for the standard AN/VRC-103 Base Kit to be mounted on a DVH platform. h. NOUN: AN/VRC-103 Base Kit P/N: 1061354-011 DESCRIPTION/ CAPABILITY: The baseline AN/VRC-103 radio kit is integrated into the vehicle to improve the communication capabilities of the Commander's Vehicle (CV), Fire Support Vehicle (FSV), DVH CV (CVV) and DVH FSV (FSVV) variants. The primary C4ISR components of the kit are Bracket Antenna, Cable Assembly W893, Cover, Gasket, Plate Connector and Ultra High Frequency (UHF) Satellite Communications (SATCOM) Antenna. The goal of the DVAH1 Mission Equipment Package A-Kits is to provide increased reconnaissance and communication capabilities as well as additional role specific features that are not available in the base platform for the Stryker FoV DVH and DVHA1 variants. The information provided of the available systems/sub-systems will be analyzed for merits, maturity, integration capability, and cost to be integrated to the Stryker's vehicle & its network architecture with minimum burden on the electrical, computing and networking resources. QUESTIONNAIRE Respondents that cannot answer all the questions in this notice need not respond.� Incomplete responses will not be reviewed. It is a requirement of this sources sought notice that potential responders be a United States (US) company, and possess the means to properly store and work on information and hardware classified at the SECRET/No Foreign Nationals (NOFORN) level. Respondents must mark proprietary information in accordance with the Disclaimer (Section 6) portion of this notice.��� Data submitted in response to this will not be returned.� This is NOT a request to seek contractor interest in being placed on a solicitation mailing list. Respondents shall not be notified of the results of the sources sought or results of information submitted. Telephone or email inquiries will not be honored.� Please provide a response to the following questions: 1. Is your firm currently capable of manufacturing all the kits listed above? 2. Describe your experience with production and/or upgrades of ground combat armored vehicles and associated kits. 3. Describe your experience installing and verifying performance of C4ISR systems for ground combat vehicles.� 4. What is the contractor's experience in C4ISR systems from other programs and what is the risk associated with this effort? 5. Describe your facilities, tools and equipment that you use to build the kits referenced in question number 2 above. 6. If your existing production/upgrade lines will not be used for this effort, please specify where and in what facility (new construction, sub-contractor facility, etc.) they would be made. Include descriptions of the facilities, tools and equipment that will be used. Please include timelines and milestones. 7. What is your firm�s production lead time after receipt of an order?� Please respond in calendar days.� 8. What is your firm�s maximum production capability per month? 9. Is your Organization/Facility ISO certified as it relates to quality management systems? If yes, what ISO #?� If not, what quality plan do you operate under? Please explain how it is utilized in relation to the vehicles in question #1. 10. Describe your approach to in-house quality testing to include test facilities and fixtures.� Does your firm have experience with Fist Article Testing (FAT)?� If so, please provide a summary of this experience. 11. Describe your experience working with Defense Contract Management Agency (DCMA). Provide program names and contract numbers relating to this experience.� Include the functions DCMA participated in (contract management, quality assurance, test, acceptance, etc.). 12. Describe your experience in handling/storing/accounting for encryption data devices/hardware.� 13. Describe your company�s capability to track components and or hardware kits in inventory. 14. Describe your company�s ability to conduct root cause analysis to determine failure modes and fault isolation when required. RESPONSES: Response Format: Electronic responses are required in any of the following formats: Microsoft Word 2013 or earlier or Adobe Acrobat. Font size no smaller than 12. Responses must include the question number associated with the applicable answer. Spell out acronyms in their first instance. Contractors must mark Proprietary information in accordance with the Disclaimer section of this notice. The sources sought response shall NOT exceed 50 pages.� Submittal will be in text format only. Do not send pictures, graphics, etc. All interested firms, regardless of size, are encouraged to respond to this request for information. It is not necessary to respond to this market survey in order to be eligible for future contract awards. Responses shall be furnished to the Government by 20 March 2020. �Please submit electronic responses to this survey to: usarmy.detroit.peo-gcs.mbx.stryker-rfi@mail.mil.� Electronic responses are required using AMRDEC Safe located at https://safe.amrdec.army.mil/safe/.� Please title contractor response as �Response for Adaptable DVE capability.� Responses must include: Cage Code Company Name Mailing Address Company Website Location of Facilities Point of Contact Phone Number Fax Number Email Company business size and active System for Acquisition Management (SAM) information DISCLAIMER: This Sources Sought Notice is for informational purposes only. The information in this notice is subject to change and is not binding on the Government. This is not a request for proposal, does not constitute a solicitation, and shall not be construed as a commitment by the Government to purchase enhancements, hardware, or services for the Stryker FoV. Responses in any form are not considered offers and the Government is under no obligation to award a contract as a result of this announcement. Funds are NOT available to pay for preparation of responses to this announcement. Any information submitted by respondents to this Sources Sought Notice is strictly voluntary. Since this is not a request for proposal, respondents WILL NOT be notified regarding information obtained related to this Sources Sought Notice. Responses will not be returned nor will detailed feedback be made available. If and when a solicitation is issued, it will be posted on www.fbo.gov. It is the respondent's responsibility to monitor these sites for the releases of any additional market surveys, synopses, or solicitations. Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation (18 U.S.C. �1905) to protect confidential information provided to the Government. Pursuant to this statute, the USG is willing to accept any trade secrets or proprietary restrictions placed upon data presented in response to this survey and to protect such information from unauthorized disclosure, subject to the following: � Data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified on what data is proprietary. � Mark only data that is truly confidential. � Do not mark data that is already in the public domain or is already in possession of the USG or third parties on an unclassified basis. Do not submit any classified data in response to this market survey. � Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: �PROPRIETARY PORTION BEGINS� and �PROPRIETARY PORTION ENDS.� Disclaimer: The Government is not responsible for the public disclosure of unmarked data received in response to this market survey. Accordingly, the potential offeror shall ensure that technical data provided in response to this market survey shall be appropriately marked (i.e. proprietary) to ensure proper Government handling of the data. Should the Government need to reproduce the protected data for distribution purposes between Government offices, all such data shall be reproduced with restrictive legends in place.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/12e9092ff3644b969ac04349ced02350/view)
 
Record
SN05581493-F 20200307/200305230151 (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.