Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2020 SAM #6947
SOURCES SOUGHT

16 -- AN/AVR-2B Upgrade and Engineering Services

Notice Date
12/4/2020 12:48:38 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-ANAVR-2B
 
Response Due
12/22/2020 11:00:00 AM
 
Archive Date
01/06/2021
 
Point of Contact
James Lightfoot, Phone: 2568424820, Kourtney Blanding, Phone: 2568424777
 
E-Mail Address
JAMES.LIGHTFOOT.CIV@MAIL.MIL, kourtney.c.blanding.civ@mail.mil
(JAMES.LIGHTFOOT.CIV@MAIL.MIL, kourtney.c.blanding.civ@mail.mil)
 
Description
Solicitation Number: ������� ����������������������������������������������� Notice Type: Sources Sought � Synopsis: AN/AVR-2B Upgrade and Engineering Support Services. � Classification Code: � NAICS: 334511 � Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. � Contracting Office: Department of the Army, Army Contracting Command-Redstone, AMCOM Contracting Center, Building 5303 Martin Road, Redstone Arsenal, Alabama 35898-5000 � Place of Performance Address: Department of the Army, Project Manager, Aircraft Survivability Equipment (PM ASE), Huntsville, Alabama. Place of Performance Zip Code: 35806 � 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 upgrade of the AN/AVR-2B. The U.S. Government is seeking sources for the production and support of AN/AVR-2B and Subsystems; including software, engineering. 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 delivery orders in support of the Laser Detection Set (LDS) AN/AVR-2B programs, 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).� This effort will be for upgrades to existing sensor suites on the aircraft in place of new developments and additional sensor add-ons. This effort also includes the addition of an elevation channel that does not currently exist in the AN/AVR-2B, will be developed and transitioned from the AN/VVR-4 NRE to meet Future Vertical Lift (FVL) requirements.� Vendors must provide repair facilities for the LDS system and be capable of providing hardware and software technical support, and demonstrate the capability of sustaining the system. This effort will also redesign the sensor units to incorporate a flush mount design. In order to directly support the program manager in all efforts, The AN/AVR-2B SCM functionality is looking to be offloaded in another box (possibly the APR-39) to further reduce SWaP-Cost and comply with MOSA type applications. The AN/VVR-4 NRE effort will support this engineering design review and will transition data and interface functionally back into AN/AVR-2B for future SCM upgrades. 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 22 December 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 AN/AVR-2B 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 AN/AVR-2B. 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. Due to the level of controlled data, the contractor must possess a US facility clearance.� Securitiy classification guidance shall be directed to PM ASE, Jill Stewart at 256-842-7850 or jill.g.stewart.civ@mail.mil. Submission Information: Interested offerors shall respond to this sources sought no later than 1300 (CST) on 22 December 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 James Lightfoot, Contracting Officer at james.lightfoot.civ@mail.mil and include W58RGZ-20-R-ASE1 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 Federal Business Opportunities website located at http://fbo.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: James Lightfoot Sparkman Bldg 5206 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: James Lightfoot, Contracting Officer Email: james.lightfoot.civ@mail.mil Phone: 256-842-4820
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d93e93299cd646418ca9cc7af3d883c6/view)
 
Place of Performance
Address: Huntsville, AL 35806, USA
Zip Code: 35806
Country: USA
 
Record
SN05867316-F 20201206/201204230142 (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.