SOURCES SOUGHT
99 -- NEXT GENERATION AUTOMATIC TEST SYSTEM (NGATS)
- Notice Date
- 11/20/2024 6:31:36 AM
- Notice Type
- Sources Sought
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN25Q11V3
- Response Due
- 11/25/2024 11:00:00 AM
- Archive Date
- 12/10/2024
- Point of Contact
- Malgorzata Stroynowski, Vincent Conca, Phone: 5206697073
- E-Mail Address
-
malgorzata.stroynowski.civ@army.mil, vincent.s.conca.civ@army.mil
(malgorzata.stroynowski.civ@army.mil, vincent.s.conca.civ@army.mil)
- Description
- REQUEST FOR INFORMATION (RFI) NEXT GENERATION AUTOMATIC TEST SYSTEM (NGATS) INTRODUCTION This is a Request for Information (RFI) being issued by Army Contract Command � New Jersey on behalf of the Product Director - Test Measurement Diagnostic Equipment (PD TMDE). The overall purpose of this notification is to improve the Government's understanding of industry capabilities related to producing the Next Generation Automatic Test System (NGATS) in both the tactical and standalone configurations at required capacity, and within fielding time-lines. BACKGROUND The Army has developed and is currently fielding their next generation Automatic Test Equipment (ATE) systems, the NGATS. NGATS has been developed to replace the existing legacy ATE systems and as such, consolidate 100% of the support capabilities of legacy ATE systems which includes the Integrated Family of Test Equipment (IFTE) off platform test stations known as the Base Shop Test Facility (BSTF) Version (V) 3 and BSTF (V)5 and the Direct Support Electric System Test Set (DSESTS) into a new system in an effort to expand and improve the Army's ATE capability, to include support for modern Test Program Set (TPS) languages, addition of a robust system health monitoring and management system, and deployment of an advanced Graphical User Interface that satisfies Government and industry standards for usability and functionality. A previous Market Survey/Sources Sought Notice was published 06 October 2020 and was active through 21 October 2020. The results from this market research were utilized to support the development of the acquisition strategy in support of the current NGATS full rate production contract. The PD TMDE serves as the lead for ATE procurement and lifecycle management in the Army. In support of its mission, PD TMDE: � Manages the design, development and acquisition of new ATE systems and technologies. � Engages a wide range of automatic test stakeholders utilizing ATE systems at all echelons of maintenance support within the Army. � Partners with ATE sustainment organizations to ensure the Army ATE capability is maintained to effectively support Army requirements. The U.S. Army PD TMDE is exploring industry capability to produce, field, support and maintain NGATS field ready systems at a high-volume rate. The production will include both sheltered and standalone configurations of the station. PD TMDE is interested in exploring the market capability and determine if a robust competitive environment exists. OBJECTIVES This notice is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Contract type is anticipated to be Fixed Price Incentive based on full and open competition. CAPABILITIES COVERAGE PD TMDE seeks to identify vendors that can provide the following services: I. Automated Test Equipment Console The envisioned effort comprises the following broad categories: A. Production - The vendor is required to have the capability to produce and integrate a complex ATE system in high volume detailed technical data such as re-procurement technical data packages, Engineering Change Proposals (ECPs), specification data, etc. Tactical ATE Configuration Production: The vendor shall have and demonstrate the capability and experience to produce, field and support Field Level ATE in a tactical configuration. The vendor shall have and demonstrate extensive experience and knowledge in tactical shelter design, development, production, fielding, support and maintenance. The vendor shall have and demonstrate the capability and experience to seamlessly integrate ATE into a tactical shelter. ATE Nontactical Configuration Production: The vendor shall have and demonstrate the capability and experience to produce, field and support Field Level ATE in a non-tactical configuration. The vendor shall have and demonstrate the capability and experience produce ATE that will support DEPOT operations, Laboratory TPS development operations, sustainment facilities support operations, and production line verification operations. ATE Self-Test: The vendor shall have and demonstrate the capability and experience to produce, field and support Field Level ATE self-test hardware and software. Initial Spares Package � The Vendor shall have and demonstrate the ability to acquire, test, field and maintain a spares kit consisting of selected NGATS spares/components. The spares/components will consist of commercially available test instruments, power supplies, etc. utilized in the NGATS. The Vendor shall demonstrate the ability and experience in the acquisition of these items and the ability to deliverer them to the Government as per the requirements of the technical data package. The vendor shall demonstrate the ability to implement and maintain a warranty program for these items. B. Production Life Cycle � The vendor is required to have the capability and extensive experience to perform continual large-scale production of major, Army general-purpose automated test systems. The vendor shall have extensive experience with major Army ATE, including testers in the IFTE family, development, production, production support and fielding. The vendor shall be knowledgeable with all NxTest policies and directives, Department of Defense (DoD) common framework for ATE, and the appropriate Industry, DoD and Army ATE standards. The vendor is required to have extensive technical expertise and experience in providing engineering, diagnostics, and support services for fielded ATE. The vendor shall have experienced personal who can diagnose system issues, including TPS issues and provide root cause analysis and recommended solutions. The vendor shall have experience in providing field support. The vendor shall have experience and capability in providing extended warranty and field level support for production test systems. C. Obsolescence Mitigation and Technology Insertion - The vendor is required to have the experience and capability comprehensively track and mitigate obsolescence issues throughout the life cycle of the program. The vendor is required to have a highly trained and experienced staff who can identify potential issues and provide a comprehensive mitigation strategy. The vendor is required to have a highly experienced staff that can evaluate new and emerging technologies for incorporation into the system will provide improved capability, reduced cost and an extended life cycle. D. Interfaces and System Software - The vendor is required to have extensive knowledge and experience with the development, integration and implementation of a fully-functional, system- level software environment that allows multiple Run Time System (RTS) to coexist and implement a system health monitoring and management application. The vendor should also possess knowledge and experience with the development of an ATE Graphical User Interface. E. Management - The vendor is required to have extensive knowledge and experience in production management and have the capability to implement a program to manage performance, cost, schedule, and data delivery requirements. The vendor is required to have a Capability Maturity Model Integration (CMMI) Level 3 certification and/or an International Organization for Standardization (ISO) 9001 certification. CAPABILITY STATEMENT Interested parties are requested to submit a capability statement that addresses the following: 1. Ability and proof (prior experience/facilities description) to perform the tasks set forth in the Capabilities Coverage section described above in the Continental United States (CONUS) and Outside the Continental United States (OCONUS), including nation-wide deployment strategy and support capabilities. 2. Ability to comply with DoD/Army policies and standards. 3. Experience of the vendor and key personnel, who would be critical to program success, as they apply directly to meeting the tasks listed under the Capability Coverage section. 4. Experience and capabilities should be based on personnel currently employed and company past performance in related areas. 5. Annotate your firm's ability to manufacture ATE, and the maximum number of ATE stations (sheltered and standalone configurations) per month along with the maximum number of self-test adaptors. The information provided should include all steps required to manufacture, test, inspect, and deliver the requirement beginning in FY25, and FY29. The Government requests that material and equipment lead times for assemblies, subassemblies, and components being manufactured/procured from suppliers be annotated to allow the Government to assess the feasibility in meeting requirements. Also indicate previous delivery capacities/delivery rates on prior efforts. DRAWING RELEASE The drawings have associated distribution D markings. The Government will furnish these drawings only after a fully executed DD2345, Non-Disclosure Agreement, and Technical Data Questionnaire 1350, is sent to the contracting specialist, and deemed appropriately accomplished. Vendors that submitted these on other announcements will need to resend these documents as areas of this announcement have changed. ADMINISTRATIVE All interested parties should submit the capability statement to the ACC-NJ. Submissions shall not exceed five (5) pages in length, Times New Roman, 12 font. A proposed price is not required or requested under this Request for Information. A company must identify its business size status and applicable NAICS code(s) in the capability statement. Capability statements are required to be received electronically via email to the POCs Subject: PD TMDE Next Generation Automatic Test System (NGATS) RFI, no later than 20 November at 2:00 p.m. Eastern Time. Responses received after this deadline may not be considered. PD TMDE's primary point of contact is the Contract Specialist, Margaret Stroynowski , who can be reached via e-mail at, malgorzata.stroynowski.civ@army.mil. The secondary point of contact is the Contract Officer, Vincent Conca, who can be reached via e-mail at vincent.s.conca.civ@army.mil. Any questions regarding this notice shall be directed to both POCs in writing, via email. While any and all questions must be directed to the Government points of contact identified in this announcement, answers to those questions, as well as any and all clarifications, extensions, or changes will be posted to www.SAM.gov and will only be available at www.SAM.govhttps://www.piee.eb.mil prior to the closing date and time of the this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2524337ff969451f925970e1fa516736/view)
- Place of Performance
- Address: Picatinny Arsenal, NJ, USA
- Country: USA
- Country: USA
- Record
- SN07271109-F 20241122/241120230121 (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 |