Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 24, 2020 SAM #6904
SOURCES SOUGHT

A -- Test Program Set (TPS) Integration and Major Automated Test Equipment (ATE) Support

Notice Date
10/22/2020 4:52:39 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-X-0E8U
 
Response Due
11/6/2020 9:00:00 AM
 
Archive Date
11/21/2020
 
Point of Contact
Michael S. Klein, Phone: 9737244262, Donald H. Gurry, Phone: 9737244267
 
E-Mail Address
michael.s.klein15.civ@mail.mil, donald.h.gurry.civ@mail.mil
(michael.s.klein15.civ@mail.mil, donald.h.gurry.civ@mail.mil)
 
Description
The U.S. Army Contracting Command - New Jersey (ACC-NJ) is issuing this Sources Sought Notice on behalf of the U.S. Army Combat Capabilities Development Command (CCDC) Armaments Center (AC) Automated Test Systems Division. Through this Sources Sought Notice, the U.S. Army is conducting market research to identify potential contractors interested in and capable of developing, modifying, maintaining, and producing Department of Defense (DoD) compliant Automated Test Equipment (ATE) and developing, maintaining, integrating, and re-hosting Test Program Sets (TPS) to modern DoD compliant ATE. This effort requires that the contractor understand and have extensive experience with DoD and Army Automated Test System (ATS) and TPS standards, policies and procedures, and DoD and Army TPS development processes and best practices. This effort will also require the contractor to have extensive knowledge and experience with major off-platform test equipment development, maintenance, and production, to include but not limited to: the Next Generation Automatic Test System (NGATS)/Versatile Depot Automated Test Station (VDATS)/Consolidated Automated Support System (CASS)/Reconfigurable Transportable Consolidated Automated Support System (RTCASS)/ Electronic Consolidated Automated Support System (ECASS), Third Echelon Test Set (TETS) and Virtual Instrument Portable Equipment Repair Tester (VIPER/T). The contractor will be required to analyze current ATE platforms and implement maintenance and product improvement programs. The contractor is required to possess an extensive knowledge of DoD and Army weapon systems, Line Replaceable Units (LRUs), Shop Replaceable Units (SRUs), their functionality and how to develop TPSs to support them from factory to field. The contractor�s responsibilities will be to analyze electronic assemblies, develop test strategies and supporting documentation, develop TPS hardware and software, integrate end products into ATE platforms, and fully port and integrate legacy TPSs and variants to modern ATE platforms with equal to or better than performance of existing TPSs. The contractor must possess extensive knowledge in developing and maintaining embedded diagnostics, AT System Testing and required Test Program Hardware (TPH) and software on DoD and Army weapon systems. The contractor must have experience with designing and producing limited quantities of TPH to include but not limited to: cables, interface boxes, circuit cards and Circuit Card Assemblies (CCAs). The contractor must have experience in Net Centric requirements including Condition-Based Maintenance Plus (CBM+) and Smart Test Program Sets (TPSs). This effort may be performed at either the contractor's facility or on site at Picatinny Arsenal or another Government location. The contractor must demonstrate expertise with legacy and modern TPS development languages to include but not limited to: ATLAS, LabView, Lab Windows C for Virtual Instrumentation (CVI), Test Stand, Test Studio, IRWindows, C, C++, Common Operator Test Environment (COTE) and Visual Basic. The Government may provide technical data or Government Furnished Equipment (GFE) to support this effort based on the current availability. The contractor shall possess experience in the production of a major piece of DoD compliant ATE hardware. This Sources Sought Notice is being posted for informational purposes only. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. The requested information is for planning purposes only. This notice does not commit the Government to contract for any supply or service nor does the Government intend to award on the basis of this Sources Sought Notice/market survey. Further, the Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this Sources Sought Notice.� The Government will not pay for any information submitted or any administrative costs incurred in preparing a response to this notice.� Submittals will not be returned.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. If a competitive solicitation is released, it will be synopsized on the Government-wide point-of-entry (GPE) � Federal Business Opportunities (FBO).� It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. Interested parties are invited to indicate their interest by submitting a document outlining their capabilities based upon the description of the requirements provided herein. All information should be submitted via email to Mr. Michael S. Klein, Contracting Officer, at michael.s.klein15.civ@mail.mil and Mr. Donald Gurry, Contract Specialist, at donald.h.gurry.civ@mail.mil, no later than 12:00 PM Eastern on 6 November 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6fc04281216d4f33984fee2661464adf/view)
 
Record
SN05836446-F 20201024/201022230144 (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.