SOURCES SOUGHT
58 -- Air Defense Interrogator Upgrade For Currently Fielded AN/TPX-57 and AN/TPX-58
- Notice Date
- 9/2/2020 8:23:36 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W56JSR17D0018_P00003
- Response Due
- 9/22/2020 1:00:00 PM
- Archive Date
- 10/07/2020
- Point of Contact
- Lorin Dashiell, Kathryn A. Ortel-Thatcher
- E-Mail Address
-
lorin.f.dashiell.civ@mail.mil, kathryn.a.ortel.civ@mail.mil
(lorin.f.dashiell.civ@mail.mil, kathryn.a.ortel.civ@mail.mil)
- Description
- Air Defense Interrogator Upgrade Request for Information 2 September 2020 This is a Request for Information (RFI) for sources of supply, development, and implementation of a capability upgrade for the current fielded AN/TPX-57 and AN/TPX-58 Air Defense Interrogators (ADI). �The ADI is part of the international military Identification Friend or Foe (IFF) system.� This RFI is for planning purposes only.� This is NOT a request for quotations or proposals.� A formal solicitation may or may not be issued by the Government as a result of the responses to this RFI.� The Government will NOT pay for any response expenses. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Description: �The Army is searching for sources of supply to implement additional capability in the current fielded AN/TPX-57(V)1 and AN/TPX-57(V)2 Air Defense Interrogators.� The source must also have the capability to update all of the AN/TPX-57(V)1 and AN/TPX-57(V)2 documentation required for a material release of the ADI added capabilities. These capabilities include use of an external Coordinated Universal Time source, as well as software/firmware (SW/FW) updates, resolution of all Change Request (CR), and upgrades required to address all obsolescent parts. Raytheon is the original developer and producer of the AN/TPX-57(V)1 and AN/TPX-57(V)2.� The Army does not possess a competitive data package for these items.� The upgrade to the AN/TPX-57s will include all current IFF modes required by the latest Air Traffic Control Radar Beacon System (ATCRBS), Identification Friend or Foe (IFF), Mark XII/Mark XIIA/Mark XIIB Systems (AIMS) Technical Standard.� It must be responsive to current host system (Patriot) interrogation request/schemes while enforcing the latest (AIMS) requirements. Interrogator side-lobe suppression is required and the design must accommodate Patriot�s (1300W) transmitter power levels while retaining commonality with current Patriot IFF antennas. �The upgrade shall address obsolescence issues in the current AN/TPX-57 as well as the foreign military sales version of the AN/TPX-57, the AN/TPX-58.� The contractor shall have the capability to develop, build, integrate, test, and qualify the ADIs to meet the latest AIMS post 2020 requirements. The contractor must submit a capabilities statement to the government on how they will upgrade the currently fielded AN/TPX-57(V)1, �AN/TPX-57(V)2 and AN/TPX-58 Air Defense Interrogators.� ��The government does not possess a Level III Technical Data Package for any of the items.� Information should also include: Company size Number of employees Number of employees with SECRET clearance available Past experience with the AN/TPX-57(V)1, AN/TPX-57(V)2, AN/TPX-58 and ADI KIV-77 Crypto Applique Explain how your company performed this type of effort of similar type in size and complexity Provide examples of recent contracts/task orders in the last 3 years As a Prime-Contractor As a Sub-Contractor Portioning of work Does your firm possess the ability to perform 50% of the work In-house capability versus outside resources (i.e. subcontractors/teaming arrangements) Accounting system:� Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? Facility Security Classification currently held. Information storage:� Does your facility have the ability to store/transmit SECRET information? If yes, provide a copy of your DSS Facility Site Clearance document(s). The contractor will be required to have a SECRET Facility Clearance with SECRET safeguarding requirements. The contractor will require access to SECRET information, COMSEC information, NATO information, Foreign Government Information (FGI) and For Official Use Only (FOUO) information. � Interested parties who are capable of supplying these items should submit brief, not to exceed 10 pages, unclassified response no later 20 days after posting.� Please submit response to: lorin.f.dashiell.civ@mail.mil Unclassified submission only.� Submission of proprietary and other sensitive information should be marked and identified with disposition instructions.� Submitted material will not be returned. The government will review the submitted responses and may schedule further discussions with responding vendors.� If needed, responders will be contacted individually.� Questions regarding this Request for information can be directed to the email address:��lorin.f.dashiell.civ@mail.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3d4e703efc2b40e3a8328686dad8511b/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005-1300, USA
- Zip Code: 21005-1300
- Country: USA
- Zip Code: 21005-1300
- Record
- SN05785201-F 20200904/200902230147 (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 |