Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOURCES SOUGHT

59 -- The Government is soliciting responses from industry as to their specific capabilities in the area of manufacturing, systems integration, system test and derivative production activities.

Notice Date
8/19/2005
 
Notice Type
Sources Sought
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-05-R-S251
 
Response Due
8/26/2005
 
Archive Date
10/25/2005
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) 1. PURPOSE: The Government is soliciting responses from industry as to their specific capabilities in the area of manufacturing, systems integration, system test and derivative production activities. This effort is in support of urgent operational and warf ighter needs in support of Operation Iraqi Freedom (OIF) and Operation Enduring Freedom (OEF) and countering the RCIED. 2. BACKGROUND: The system is currently in production and is under contract to the Government for that effort. At the current time, the Government is investigating alternative means of meeting increased system production to satisfy higher rate production quantities, and expedited delivery to the OIF/OEF operational theaters. 3. SYSTEM DESCRIPTION: The System is a wideband ECM device comprised of a Receiver/Transmitter (R/T) subsystem consisting of a chassis with five circuit card assemblies (CCA), power amplifiers, power conditioning. The system design is current, state-of-t he-art design with surface mount, multi-layer CCAs, with embedded firmware/FPGA controlling system operation in two modes: as an active transmitter and in a reactive mode. There is an associated Remote Control Unit (RCU) for remote operation via direct cab le interface to the R/T unit. An antenna and associated RF cables are part of the system configuration, as are a ruggedized PDA and Laptop, and associated software which may be provided in support of the production effort. 4. SYSTEM BASELINE: Drawings will be made available for production, integration, and test of the system but NOT in a final form, i.e. validated through a Functional Configuration Audit (FCA) or Physical Configuration Audit (PCA) nor a Design Verification T est (DVT). However, the Original Equipment Manufacturer (OEM) and the Government will verify all aspects of the system performance and design during a First Article Test (FAT) and Operational Assessment (OA) to validate the design and the drawing package as an entry into high/full rate production. This includes firmware/software documentation, test plans and procedures, environmental stress screen (acceptance testing) of the system. The drawing package includes test plans and procedures for subassembly test of the completed CCA via automated and manual process and stress screening of lower level assemblies. Specification or Source Control Documents for system unique, high performance requirements are part of the drawing package. It is expected that this drawing package will be provided to the follower for their use in executing the proposed production effort. Close Interaction with the Leader will be required due to the immaturity of the technical data. 5. GENERAL REQUIREMENTS: Provide a secondary production, integration, test and delivery capability based on the following: a. Production/manufacturing directly or via subcontracting approaches, the critical essential system elements: CCAs, power amplifiers, chassis etc based on the drawing package in a collaborative leader follower relationship. b. Integration and test of the R/T & RCU based on developed Acceptance Test Procedures c. Environmental Stress Screening (ESS)/Production Acceptance Test (PAT) based on developed test plans and procedures. This will require single or multiple test chambers capable of meeting composite temperature/vibration profiles (example: QualMark Typho on 4.0 System). d. An existing production infrastructure for complex electronics systems manufacturing, production, integration and test to include Test, Measurement and Diagnostic Equipment in the RF ranges to NLT 10 Ghz. e. Demonstrated performance in the manufacturing, production, integration and test of electronic countermeasure systems (ECM), electronic support measures (ESM), or signals intelligence (SIGINT) systems. f. An ability to achieve a nominal sustained systems delivery production rate of 600 systems per month, and not less than 1000 systems per month peak ( under surge/acceleration). g. Current qualification and certification under ISO9000 or ANSI equivalent. h. A current Facility Clearance for processing, generation and storage of classified material to the SECRET/No Foreign Dissemination level. Key personnel shall be cleared to the SECRET clearance level. No foreign dissemination includes the use of non-natur alized residents on work visas. i. A preliminary/transition Cost Plus Fixed Fee (CPIF) phase in which the production line, methods, processes and procedures are developed based on information and drawings provided by the OEM and the line is validated and a Firm Fixed Price (FFP) phas e for systems production and delivery to the Government. 6. RESPONSE AND INFORMATION REQUIRED a. NAICS Classification b. FSCM Code c. CAGE Code d. Date and currency of offerors facility clearance e. Brief description of current or past performance in the areas identified in 5.e above f. Based on the information provided in Paragraphs 3, 4 and 5 above: i. Describe or characterize your ability to meet the identified requirements. ii. Constraints in meeting the identified requirements iii. Administrative lead-time resulting in a collaborative agreement with the OEM iv. Administrative and Production Lead-time to execute: 1st the transition phase, and 2nd the production Phase. v. Production ramp and rates by month to achieve: 1st, the sustained rate, and 2nd the maximum surge rate. g. Description of the existing production infrastructure, including any developmental/RDT&E like engineering efforts. h. A description of the offerors facilities intended/dedicated to the proposed effort. i. A cost estimate (order of magnitude for a corresponding effort) related any NRE or RE required meeting the Governments objectives. j. Any issues, terms & conditions, assumptions on which the response is predicated. k. A discussion of the offerors ability and willingness to enter into a leader-follower agreement with the OEM. Any Terms & Conditions associated with that relationship l. An assessment of associated risks in the proposed effort: technical, performance, schedule, cost m. An Annual Report for the responders latest accounting/reporting period n. A D&B statement o. A statement addressing any ongoing like effort by respondent and potential conflicts with the Governments intended effort. p. Point of Contact Information of respondent to include: Name Position Telephone and Fax # Email address Mailing address 7. RESPONSIBLE ORGANIZATION: Project Manger for Signals Warfare, Product Manager for Counter RCIED EW Systems (PM SW/PM CREW), Ft. Monmouth, NJ 8. RESPONSE SUBMISSION: All responses shall be in MS Office Professional, less PDF or JPEG files for embedded photographs, charts etc. All responses are due ASAP but not later then Close of Business 26 August 2005. a. Unclassified submissions only. b. Via email to: Frank.Szantai@us.army.mil 9. POINTS OF CONTACT: a. PM SW/PM CREW: Michael.E.Ryan@us.army.mil; Stephen.Kostek@us.army.mil; Frank.Szantai@us.army.mil b. Acquisition Center: Amy.Sentner@us.army.mil; Alyssa.Siliato@us.army.mil 10. QUESTIONS AND CLARIFICATIONS: All questions shall be submitted the POCs identified in paragraph 9 above. Telephonic queries will not be accepted. **Government may elect to conduct one on one discussions with respondents to occur in the September timeframe. Please note that the Government is under no obligation to conduct these sessions.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00875027-W 20050821/050819212607 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.