Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2022 SAM #7632
SOURCES SOUGHT

R -- 10--Forward Looking Infrared Imagers

Notice Date
10/21/2022 1:53:17 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-23-R-0003
 
Response Due
11/7/2022 12:00:00 PM
 
Archive Date
11/07/2022
 
Point of Contact
Amy D. Miller, Phone: 2568763494, Daniel R. Detrick, Phone: 256-876-3587
 
E-Mail Address
amy.d.miller41.civ@army.mil, daniel.r.detrick.civ@army.mil
(amy.d.miller41.civ@army.mil, daniel.r.detrick.civ@army.mil)
 
Description
The Land-based Phalanx Weapon System (LPWS) Product Office Forward Looking Infrared (FLIR) Imagers for the LPWS Request for Information Solicitation Number: W31P4Q-23-R-0003 Notice Type: Sources Sought ISSUED BY: SHORT and INTERMEDIATE EFFECTORS FOR LAYERED DEFENSE (SHIELD) PROJECT OFFICE, 100 SECURED GATEWAY, HUNTSVILLE, AL 35808 Synopsis Pursuant to Federal Acquisition Regulation (FAR) 15.2, this notice is being issued as a REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. This request for information (RFI) is issued solely for information and planning purposes; it does not constitute a request for proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever.� In accordance with FAR 15.201(e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract.�� Per FAR 52.215-3, the Government will not pay for any information received in response to this request for information, nor will the Government compensate the respondent for any cost incurred in developing the information for the Government. Any request for copies of solicitations will not be addressed since this is an RFI, not an RFP. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Respondents may provide information on any currently available product or service that meets the Army's requirements. Format of Submissions/Point of Contact To be considered, responses to this RFI shall be submitted electronically via email no later than 2:30PM CST, 7 November 2022 to: amy.d.miller41.civ@army.mil AND daniel.r.detrick.civ@army.mil *NO PHONE CALLS ACCEPTED* All information in responses should be unclassified and include the following: company name, Commercial and GovernmentEntity (CAGE) code and appropriate point of contact information.� Marketing material is considered an insufficient response to this RFI.� �The response shall be emailed. White papers shall be limited to 15 pages with two additional pages for technical drawings. Acknowledgment of receipt of white papers will not be made and white papers will not be returned. Data Requested This is a Request for Information (RFI). The Land-Based Phalanx Weapon System (LPWS) Product Office (PO) is conducting market research in the area of repair and return on the Forward Looking Infrared (FLIR) imager. The services include programmatic, sustainment engineering, and logistics support for the repair and return of LPWS FLIR imagers. Specific tasks include 1. Provide sustainment engineering and logistics support for the repair and return of the LPWS FLIR. 2. Track and report cost, schedule and performance of repair and return activities. 3. Identify risks, technical status, engineering and software/firmware changes as well as obsolescence issues for all components, sub-assemblies and materials throughout the FLIR life-cycle. 4. Prepare, implement, maintain, and deliver a Diminishing Manufacturing Sources and Material Shortages (DMSMS) management program and procedures to include forecasting tradeoffs and vulnerabilities. 5. Perform operational and interface requirements testing on each repaired FLIR. 6. Maintain repair parts and consumables on site. 7. Create and maintain detailed records of spares, repair parts and repairable exchange usage. 8. Prepare, maintain, and deliver FLIR Technical Manual. 9. Prepare, implement, maintain, and deliver a Quality Assurance plan/program IAW ISO 9000. 10. Create, implement, and maintain a closed-loop Failure Review Analysis and Corrective Action System. 11. Prepare, implement and deliver an Inspection/ Acceptance Test Procedure. Additional Information 1. The contractor must be able to have personnel in place to begin support immediately upon contract award. 2. The contractor must draft a White Paper outlining the technical approach and provide statements on how the technical capabilities meet these key attributes: a) Technical knowledge and experience with the LPWS FLIR Imager. b) Personnel Availability � discuss the approach for identifying, recruiting and selecting personnel for consideration to provide the desired support. c) Personnel Selection � discuss the approach, including prerequisite qualifications, for determining the selection of personnel to perform the desired support. Identify the experience and education attributes to be used in selecting personnel. d) Key personnel � discuss approach for the identification of key personnel and defining their duties and responsibilities. e) Assignment location � discuss the approach for identifying and selecting personnel with the necessary qualifications for short and long term assignments at multiple locations. f) Training � discuss the approach for training personnel on the LPWS FLIR. g) Management � discuss the management approach to be used to organize and control a system to provide the desired support. h) Other Clients/Experience � discuss the major clients to whom you have provided similar support services, and whether you are working with clients presently regarding the services. i) Summary: State briefly why this company�s approach is the most effective in meeting the requirement.� � � � � � � � � � � � � � � � � � � � � � �j) Describe your company's past experience (no more than five examples) on [previous projects similar in complexity to this requirement.� Include contract numbers, a brief description of the work performed, period of performance, and agency/organization supported.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �k) If you were to use sbcontractors for this effort, what subcontractors would you use to do what percentage of what work?� What are their experiences and do you already have a relationship with the subcontractors?� How many are small and/or disadvantaged?� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �l) Describe your company's approach to quality management and inform the governent of your company's compliance to quality standards.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/87823cf20a0d4434b583885a066a08a7/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06500477-F 20221023/221021230113 (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.