SOURCES SOUGHT
R -- Sentinel A4 Engineering Services
- Notice Date
- 12/9/2022 8:06:03 AM
- 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
- PANRSA-21-P-0000006582
- Response Due
- 12/29/2022 9:59:00 PM
- Point of Contact
- Renee Turner, Phone: 2563135176, Katrese Darrington
- E-Mail Address
-
RENEE.TURNER4.CIV@ARMY.MIL, katrese.s.darrington.civ@army.mil
(RENEE.TURNER4.CIV@ARMY.MIL, katrese.s.darrington.civ@army.mil)
- Description
- THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. This Sources Sought/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 Sources Sought/RFI does not commit the Government to contract for any supply or service whatsoever. The Government will not pay for any information received in response to this Sources Sought/RFI 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 a request for information, not a request for proposal. Not responding to this Sources Sought/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 Sources Sought/RFI to any firms, agencies or respondents may provide information on any currently available product or service that meets the Army's requirements. The Government is conducting market research to determine if there are potential sources with the capability to provide the required engineering services and technical support for the Sentinel A4 radar system for the United States (U.S.), with the possibility of Foreign Military Sales (FMS) support in the future.� The Sentinel radar is a major component of the Army Integrated Air and Missile Defense System of Systems architecture. �It provides 360-degree surveillance with fire control capability against low to mid-altitude threats, including cruise missiles and unmanned aerial systems, fixed-wing and rotary-wing aircraft, and rocket, artillery and mortar threats. �The U.S. Government (USG) awarded the current Sentinel A4 Engineering Services indefinite delivery, indefinite quantity contract effort, W31P4Q-22-D-0024, to Lockheed Martin Corporation on 27 July 2022 for complex system engineering and technical support for the Sentinel A4 radar. Since contract award, the USG has determined that additional hours for engineering service and technical support for the Sentinel A4 radar are necessary in order to meet program objectives. The contractor will be responsible for hardware development, software development, and other technical activities to include: Support of various test activities in support of USG requirements as well as testing in support of hardware and software development requirements. Development of specialized test equipment capable of interfacing the radar to test performance and collect data. System engineering activities to support the integration of the Sentinel into an overall air and missile defense architecture. System engineering and other activities in support of USG and FMS customer requirements both CONUS and OCONUS. The contractor will provide technical support and systems engineering functions that include software engineering/support and integration, product engineering, and drawing generation required for resolution of problems encountered.� The contractor will provide support for special studies and investigations; initiation of design changes; reports and test support; support of system test; integration and troubleshooting to include data acquisition and analysis; and modeling and simulation activity support.� The contractor will ensure that the design and fabrication of hardware/software or material necessary to support such activities are among the support included. The contractor�s tasks will include reliability assessments, failure analysis, support and collection of test data and review of proposed changes to technical documentation for incorporation of quality and reliability factors.� The contractor will perform logistics functions, including technical manual generation/modification, maintenance support, readiness reporting data, system repairs, availability management, packaging, handling, storage, and transportation (PHS&T), training and system deployment to include delivery and training in the use of the Sentinel A4 Radar System, with the ability to perform the above functions. The technical data package (TDP) for the Sentinel A4 is under development and is not available for this RFI. �The USG does not expect the TDP to be available in time to initiate this anticipated procurement. �The USG does not intend to provide any technical data or specifications to enable industry response to this RFI/SS. In accordance with Federal Acquisition Regulation (FAR) 15.201 (e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. �The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the Federal Acquisition Regulation. Although ""proposal"" and ""offer or"" are used in this RFI, your response will be treated as information only. �It shall not be used as a proposal. This RFI is for planning and market research purposes only and should not be considered as a request for proposals or as a solicitation to do business with the Government. RESPONSE INSTRUCTIONS Part A. Business Information: The USG invites interested firms capable of fulfilling the above-mentioned requirements to indicate interest by providing the following information to the contract specialist listed below: Company/Institute name Address Point of Contact Cage Code DUNS Number Phone Number E-mail Address Web page URL Size of business pursuant to North American Industry Classification System (NAICS) Code 611512.� Based on the above NAICS Code, state whether your company qualifies as a: Small Business (Yes/No) Woman Owned Small Business (Yes/No) Small Disadvantaged Business (Yes/No) 8(a) Certified (Yes/No) HUB Zone Certified (Yes/No) Veteran Owned Small Business (Yes/No)s Service Disabled Small Business (Yes/No) Central Contractor Registration (Yes/No) Statement describing company as domestically or foreign owned (if foreign owned, please indicate country of ownership). Part B. Capability: 1. �Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. �Include a description of your staff composition and management structure. 2. �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, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). 3. �What experience do you have planning and executing the development of hardware and software for complex radar systems? 4. Describe your knowledge of the functioning and experience with the Sentinel radar or a comparable radar. �Also, your company�s knowledge and ability in networking the Sentinel radar or a comparable radar. 5. �Describe your company's ability to support the Sentinel Radar System without the hardware TDP or the kernel software. 6. �Describe your experience with providing complex technical support to Foreign Military Sales customers. 7. �Describe your company's capabilities for testing radar systems. 8. �Describe the top five risks you foresee in executing an effort of this scope. �What steps would you likely take to mitigate the risks? 9. �If you were to rely on subcontractors for this effort, what subcontractors would you use to do what percentage of which portions? �What are their experiences and do you already have a relationship with the subcontractor(s)? 10. �Describe your company's approach and capabilities in obtaining and retaining qualified and experienced personnel. �How soon could your company secure qualified personnel? Part C. Financial Capability: 1. �Describe your financial capabilities to successfully perform this contract. 2. �Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. Submission Instructions: Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. �Marketing material is considered an insufficient response to this RFI. �Please limit responses to electronic delivery to the following e-mail address: Katrese.s.darrington.civ@army.mil and Renee.turner4.civ@army.mil. �Response must include:� Company name, Commercial and Government Entity (CAGE) code, classified mailing address, and appropriate point of contact information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/591e5a0f07cf4cde8c10dedc0fb53e12/view)
- Place of Performance
- Address: Liverpool, NY 13088, USA
- Zip Code: 13088
- Country: USA
- Zip Code: 13088
- Record
- SN06540447-F 20221211/221213085135 (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 |