Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2005 FBO #1420
SOURCES SOUGHT

58 -- Counter Remote Controlled Improvised Electronic Devices

Notice Date
10/14/2005
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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-06-R-S213
 
Response Due
11/3/2005
 
Archive Date
1/2/2006
 
Small Business Set-Aside
N/A
 
Description
NOTES TO ALL POTENTIAL RESPONDERS: This RFI is a follow-up to RFI W15P7T-05-R-S521 published on the FEDBIZOPS website, and has been modified to reflect changes based on industry response. In addition, the Government has identified new parameters for which we are seeking additional information. 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. New requirements have been identified for the program: increased quantities, high rate production and delivery, and shortened timelines to delivery. 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/firmware coding which may be provided in support of the production effort. 4. SYSTEM BASELINE: Drawings (the Technical Data Package  TDP) will be made available for production, integration, and test of the system. The TDP is being validated through a Functional Configuration Audit (FCA) or Physical Configuration Audit (PCA). De sign Verification Test (DVT) and FAT have been completed. The Original Equipment Manufacturer (OEM) and the Government have verified all aspects of the system performance and design with First Article Test (FAT) and Operational Assessment (OA) as an entry into high/full rate production. This includes firmware/software documentation, production acceptance test plans and procedures, environmental stress screening (acceptance testing) of the system. The drawing package includes test plans and procedures for subassembly test of the completed CCA via automated and manual processes using automated CCA Test Stations. A Bill of Materials (BOM), Specification or Source Control Documents for system unique, high performance requirements are part of the drawing pa ckage. It is expected that a drawing package will be provided to the follower for their use in executing the proposed production effort. Close Interaction with the OEM will be required. 5. RFI supporting information: a. The Government WILL PROVIDE: A redacted version of the TDP, limited to the essential elements necessary for industry to respond 29 October 2005: - Selected drawings, BOM, Spec and Source Control Drawings for critical items 18 October 2005: - Test Plans and Procedures: FAT, Reliability, EMI, Production Acceptance Test, Environmental Stress Screening/Production Acceptance Test (ESS/PAT-HASS) - Statement of Work, with Contract Data Items (CDRLs) - A REDACTED version of the Classified Performance Specification b. Access to the system at the time of Government-Industry one-on-one discussions c. For planning purposes: The following system quantities are applicable (subject to Government change) under an IDIQ: - Variable production and delivery rates/dates based on a 12 month delivery schedule from acceptanc e of FAT completion and validation of the offerors production approach. 500/month 6000 systems 750/month 9000 systems 1000/month 12000 systems 1250/month 15000 systems 1500/month 18000 systems A two phased procurement approach is envisioned: - LRIP (CPFF or other): Schedule/time to enter into and complete FAT, validate the offerors capability and performance in building the system, NRE cost identified - Production: FFP (or other) d. The Government will NOT provide as part of this RFI Signals of Interest (SOI)/threat information classified program related information or documents. 6. GENERAL REQUIREMENTS: Provide a secondary production, integration, test and delivery capability based on the following: a. Production/manufacturing directly or via subcontracting for, 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 10 GHz. e. Demonstrated performance in the manufacturing, production, integration and test of complex electronics and systems, examples: countermeasure systems (ECM), electronic support measures (ESM), or signals intelligence (SIGINT) systems, or their equivalent f. An ability to achieve a nominal sustained systems delivery production rate of 500 systems per month, to 1500 systems per month peak based on the quantities identified above. Increased delivery rates (surge/acceleration in time or quantity) may occur and must be considered. g. 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. 7. RESPONSE AND INFORMATION REQUIRED  Your responses must be structured and consistent with the paragraph numbering in this RFI, specifically paragraph 6 and 7, using the information provided in the previous paragraphs. We request that your responses be as specific as possible to each topical area. The offerors response should include and identify assumptions as it relates to the Governments requirements vs. your RFI response. a. NAICS Classification b. CAGE Code c. Date and currency of offerors facility clearance for processing, generation and storage of classified material to the SECRET/No Foreign Dissemination level d. Current qualification and certification under ISO9000 or ANSI equivalent. e. Brief description of current or past performance in the areas identified in 6.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 leading to a collaborative agreement with the OEM iv. Administrative and Production Lead-time to execute: 1st, the transition phase leading to and thru an LRIP 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. vi. Production flow, rates, throughput for the quantities indicated, based on your production approach. vii. Risk identification in the following areas: technical, schedule, material/supply chain management, production, and cost (NRE related) g. Description of the existi ng production infrastructure, including any RDT&E like engineering efforts. h. A description of the offerors facilities intended/dedicated to the proposed effort: personnel, space, capital equipment&etc i. A cost estimate (order of magnitude for a corresponding effort) related all NRE associated with the LRIP and then for RE required meeting the Governments objectives. j. Any issues, terms & conditions, assumptions on which your 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. A statement addressing any ongoing like effort by respondent and potential conflicts with the Governments intended effort. n. An annual report for the responders latest accounting period. o. A Dun & Bradstreet report. p. Point of Contact Information of respondent to include: Name Position Telephone and Fax # Email address Mailing address 8. GOVERNMENT POST RFI SUBMITTAL ACTIONS. a. One on one discussion: The Government may elect to conduct one-on-one discussions, based on its analysis of the RFI responses based on the quality of the submission, the level and specificity of information provided. The discussions will be held with a selected set of responders, planned for 8 to 10 November 2005. Please note that the Government is under no obligation to conduct these sessions. b. Responders who are selected for the one-on-one discussions will be contacted by email not later than 6 November 2005, with a specific time and date for their one-on-one discussion. Detailed requirements for submitting Visit Requests, Security Clearance and Post Access information will also be provided in the same email. c. One-on-one discussions will be time limited to 4 hours: 30 minute introductions and admin, 120 minutes for discussions, 30 minutes for summary/wrap-up. The Government will use the last 60 minutes for Government only post meeting discussions. d. UNCLASSIFED One-on-one discussions will be held at PM Signal Warfare (PM CREW), Ft. Monmouth, NJ. e. If there is a need for classified discussions, they will be at the SECRET/NO FOREIGN DISSEMINATION level 9. RESPONSIBLE ORGANIZATION: Project Manger for Signals Warfare, Product Manager for Counter RCIED EW Systems (PM SW/PM CREW), Ft. Monmouth, NJ 10. RESPONSE SUBMISSION: All responses shall be in MS Office Professional, MS Project, except for PDF, and embedded JPEG files charts and photographs...etc. The Governments IT infrastructure will reject compressed/zipped files or file sizes which exceed 5 MB. Partitioned submissions (separate files) are acceptable and if submitted in sections, each section must be numbered (example: 1 of 3&). a. 3 November 2005 - Early responses are encouraged, but all responses must be received not later then close of business. b. Unclassified submissions only. c. Via email to: Frank.Szantai@us.army.mil, with cc: to the POCs listed below. 11. POINTS OF CONTACT: PM SW/PM CREW: Michael.E.Ryan@us.army.mil; Stephen.Kostek@us.army.mil; Frank.Szantai@us.army.mil Acquisition Center: Amy.Sentner@us.army.mil; Alyssa.Siliato@us.army.mil 12. QUESTIONS AND CLARIFICATIONS: All questions shall be submitted the POCs identified above. Telephonic queries will not be accepted.
 
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
SN00916040-W 20051016/051014212104 (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.