Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2020 SAM #6721
SOURCES SOUGHT

A -- AN-TPQ/50_EC2

Notice Date
4/22/2020 5:14:32 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
AN-TPQ50_EC2
 
Response Due
4/23/2020 11:00:00 AM
 
Archive Date
05/08/2020
 
Point of Contact
Cherie J. Gomes, Kevin W. Strausser, Phone: 4438614785
 
E-Mail Address
cherie.j.gomes.civ@mail.mil, kevin.w.strausser.civ@mail.mil
(cherie.j.gomes.civ@mail.mil, kevin.w.strausser.civ@mail.mil)
 
Description
Notice Type: �Sources Sought Announcement (SSA) for Development, Modification, Production, Engineering Support, Logistics Support, Repair, and Sustainment, Retrofit Kits, and Obsolescence replacements for the AN/TPQ-50 Engineering Change 2 (EC2) configuration radar, components, assemblies, spare and repair parts. � 1. Synopsis.� � The Government contemplates awarding an indefinite delivery/indefinite quantity (IDIQ) contract with both firm fixed price and cost plus fixed fee provisions referred to as the AN/TPQ-50 EC2 configuration contract. This IDIQ contract provides comprehensive development, modification, production, engineering support, logistics support, repair and sustainment, retrofit kits and obsolescence replacement parts for the AN/TPQ-50 EC2 configuration radar, components, assemblies, spare and repair parts. The Government is issuing this SSA to assess industry�s interest and ability to satisfy the Government�s requirement. Vendors shall not regard this SSA as an invitation for bid, request for quotation, or request for proposal. This SSA shall not form the basis for any proposal. The Government is issuing this SSA to obtain information from interested sources regarding their ability to satisfy the requirement stipulated in the SSA.� 2. Background.� The AN/TPQ-50 EC2 configuration is a lightweight, highly mobile, counterfire target acquisition radar. The system automatically detects, classifies, tracks, and locates the point of origin of projectiles fired from rocket, artillery, and mortar systems with sufficient accuracy for first round fire for effect. It mitigates close combat radar coverage gaps by providing 360� of azimuth coverage from 500 meters to 10 kilometers. The AN/TPQ-50 EC2 configuration provides critical capabilities to Warfighters and enhances force protection across the globe. �The radar is ruggedized for the harsh environment of the battlefield in mounted and dismounted configurations. This contemplated AN/TPQ-50 EC2 configuration contract provides a single contract vehicle with sufficient scope, ceiling, and period of performance for future development, modification, production, engineering support, cybersecurity support, logistics support, repair and sustainment, retrofit kits and obsolescence replacement parts for the AN/TPQ-50 EC2 configuration radar, components, assemblies, spare and repair parts 3. Description of Requirement. � The scope of the effort is as follows: Development, modification, production, engineering support, cybersecurity support, logistics support, repair and sustainment, retrofit kits and obsolescence replacement parts for the AN/TPQ-50 EC2 configuration radar, components, assemblies, spare and repair parts to satisfy both current and future requirements for the United States Army and other participating services. � Procurement of components, assemblies and/or spare and repair parts and repair services for any contractor-supported AN/TPQ-50 FRP items on either a permanent or interim basis, as required by the Communications-Electronics Command (CECOM) Integrated Logistics Support Center (ILSC), Intelligence and Electronic Warfare and Sensors Directorate (IEWSD).� � Procurement of initial provisioning parts to support fielding of systems. Development, test and evaluation, integration and deployment of pre-planned product improvement (P3I). � Development, update, upgrade, deployment, maintenance, and modification of system and/or component software. � Development, integration, deployment, and maintenance of modification kits to expand or change system capabilities. � Development, integration, and deployment to accomplish technology refreshment. Identification, resolution, and implementation of strategies to overcome issues associated with obsolescence or parts availability. � Execution of contractor engineering tests, and support of Government technical tests, live fire tests, operational tests and demonstrations, capabilities and limitations tests, and equipment demonstrations as required. � Development, update or modification of technical and logistics documentation. Equipment, data, and services required to facilitate program execution. Equipment, data, and services required to facilitate transition to organic support. � 4.� Information Requested. a. Technical Requirements. (1)� All responses to this SSA should include sufficient information to enable the Government to assess industry interest and ability to satisfy the requirement.� (2)� At a minimum, the vendor must provide the following for a response to be considered complete. � (a) �A summary of relevant experience with ground based radar technologies, with emphasis on experience related to the AN/TPQ-50 radar in its various configurations. (b)� A summary that clearly demonstrates the ability to improve the ����AN/TPQ-50 for new and emerging threats including but not limited to unmanned aerial systems. Include ability to (1) develop concepts, (2) implement hardware and software modifications, (3) perform system tests, and (4) support Government-led capability and limitation demonstration. �(c) �Support strategy to include your maintenance and support concept, metrics for operational availability, quality assurance and a summary of relevant sustainment experience on systems with similar capability or complexity. (d)� A summary of your existing production and repair experience, capabilities, and facilities. (e)� An assessment of technical and schedule risk with mitigation strategies. � (f)� Potential partner/teaming arrangements or joint ventures that will be required to satisfy this requirement. Estimate the duration required to formalize these arrangements or ventures. (g)� Assumptions on which the response was developed. Identify any required Government furnished equipment (including but not limited to AN/TPQ-50 systems), Government furnished information (including but not limited to training material, technical manuals and/or detailed design information) required and all required Government support anticipated. (h) �Other relevant information regarding the ability to satisfy this requirement. b. Administrative Requirements. � (1) All responses to this SSA should include sufficient information to enable the Government to assess industry interest and ability to satisfy the requirement.� (2)� At a minimum, the following information must be provided for a response to be considered complete.� (a)� All responses must include a cover page with the following information: i. Company Name ii. Mailing Address and Website iii. Point of contact, with phone number email address iv. Commercial and Government Entity (CAGE) code v. Data Universal Numbering System (DUNS) number vi. Identification of business size, i.e. U.S. large or small business. �Small businesses must identify any applicable socio-economic categories such as small disadvantaged business, service-disabled veteran-owned small business, 8(a), woman owned small business, etc. vii. Facility Clearance Level (FCL). A facility clearance is not required to submit a response, but will be necessary prior to beginning any classified work. (b)� The Government will verify all company information via the System for Award Management (SAM) database. Responses to this SSA must be unclassified. Responses must be with fonts no smaller than 10 point, and one inch margins. Present information requested in one continuous form in Microsoft Word and/or Microsoft PowerPoint or .pdf with a 10 page limit. Information will be provided through e-mail only. Respondents should ensure that proprietary and for official use only (FOUO) information is properly labeled. The Government will not reimburse responders to this notice for any costs incurred in responding, or in any subsequent exchange of information. 5.� Submission Information. All interested firms that possess the capabilities herein are encouraged to respond to this notice by providing the information specified herein, on or before 2:00 p.m. Eastern Standard Time (EST) on 02 April, 2020. �Information shall be submitted via email to the point of contact identified in paragraph 6. Telephone or email requests for additional information will not be honored.� All documentation submitted shall become the property of the Government. �The Government reserves the right to utilize and share with industry any information suggested, unless information is identified with proprietary or business sensitive markings and unique to your company. � 6.� Point of Contact.� Cherie Gomes, Contracting Officer, email: Cherie.j.gomes.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/431646d849904f63a9262c405755a84d/view)
 
Record
SN05632622-F 20200424/200422230138 (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.