Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2005 FBO #1441
SOLICITATION NOTICE

58 -- Presolicitation Notice Title: AN/TPQ-36 (EQ-36) Counter Fire Radar Program FY06 Planning Update Notice Description: Market Research/Request for Comments on the Draft Enhanced AN/TPQ-36 (EQ-36) Program Planning Documents

Notice Date
11/4/2005
 
Notice Type
Solicitation Notice
 
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-O6-R-TOO1
 
Response Due
11/14/2005
 
Archive Date
1/13/2006
 
Small Business Set-Aside
N/A
 
Description
Title: AN/TPQ-36 (EQ-36) Counter Fire Radar Program FY06 Planning Update Notice Description: Market Research/Request for Comments on the Draft Enhanced AN/TPQ-36 (EQ-36) Program Planning Documents This request for information is for planning purposes only; this is not a Request for Quotations or Proposals. No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government is issuing this RFI to obtain information from industry which would permit a feasibility assessment of achieving the EQ-36 performance objectives as set forth in Version 1.2 of Annex A to the Enhanced AN/TPQ-36 Firefinder Radar (EQ-36)Requirements Memorandum dated 28 Oct 05 a nd to assist the Government in determining the best acquisition strategy for accomplishing System Design and Development, Low Rate or Full Rate Production objectives within the cost and schedule constraints identified herein. All interested parties with si gnificant past performance experience in designing, producing and/or sustaining radar systems are encouraged to respond to this RFI by providing the following information on or before 1200 hours on 14 November 2005: feasibility of achieving the performanc e objectives outlined in cited Annex within the cost and schedule constraints identified below; identify programmatic and technological risks associated with a program of this nature along with any potential risk mitigation strategies for same; identify an y key performance objectives that are considered to be cost or schedule drivers; and, any budgetary estimates that may be releasable to help assess the reasonableness of affordability constraints described herein. Responses to this RFI must be unclassified and should not exceed 40 pages in length. Responses may be sent via email to CPT Terry Russell at Terry.Russell1@us.army.mil Hardcopies may be submitted to: PM Radars, ATTN: SFAE-IEWS-NV-Radars, Building 428, corner of Selfridge and Fisher Avenue, Fo rt Monmouth, New Jersey 07703-5000. Please direct any questions to CPT Terry Russell at (732) 532-6611. Notional Acquisition Milestones and Events: PM Radars will host a one-day Program Planning Briefing to Industry on 29 Nov 05 at Gibbs Hall, Fort Monmouth, NJ. Information regarding registration for this event will be posted under a separate FEDBIZOPS ann ouncement within one week from the date of this notice. PM Radars will host this all day event affording industry an opportunity to hear about the latest program performance goals and objectives directly from PEO IEW&S staff, the user community and PM NV/ RSTA. The informational briefings are to be followed by an open forum for industry to discuss areas of interest and to submit questions. After completion of the open forum the government plans to hold one-on-one sessions with interested parties who have pr e-registered for this portion of the event. Additional information regarding registering for one-on-one meetings will be released in a separate FEDBIZOPS synopsis within one week from publication of this notice. PM Radars is working towards release of a Draft EQ-36 Solicitation early 2QFY06 with a goal of receiving industry comments for consideration within 14 days from release of the draft. The goal is to release the final solicitation within 2QFY06 with proposals for the SDD phase being submitted withi n 30 days from release. It is anticipated that proposal evaluations will take place over a three month period with the goal of awarding a single contract to the proposal determined to offer the best value to the government late in FY06. Best value consider ations will include overall performance, realism of schedule, affordability constraints, d elivery of design data, past performance and price. The government envisions awarding an incentive type contract with meaningful rewards linked directly to schedule. The SDD phase could span a period of 24-36 months at which time the government will subje ct at least 4 prototypes to field and laboratory tests before making decisions to proceed with further development initiatives and/or proceeding onto limited or full rate production. SDD affordability considerations are linked to a projected RDTE funding p rofile totaling $189 Million in the FY06-FY10 time frame during which it is expected that some form of an Operational Test will be conducted in FY08. Production affordability considerations are linked to Production planning budget of $1.6 Billion. The EQ 36 Program Annex described above along with the APBI Briefing Charts and other program related documentation is available via the CE-LCMC Interactive Business Opportunity Page. Please note that information presented during the 14 Jun 05 APBI regardi ng an EQ-36 phased approach to achieving performance objectives has been revised to reflect current program goals for implementing a comprehensive SDD program focused on achieving a 360 degree capability from the outset. The information stated is posted on the Interactive Business Opportunity Page (IBOP), https://abop.monmouth.army.mil. The specifications contain information that has been designated as Militarily Critical Technical Data. Only businesses that have been certified by the Department of Defense, United States /Canada Joint Certification Office, and have a valid requirement ma y obtain a copy of DD From 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Cre ek, MI 49017-3084 or call DLIS at (800) 352-3572. The DLIS United States /Canada joint Certification Lookup service is available via the internet at: http://www.dlis.dls.mil/jcp. Access to the BICU document library on the IBOP shall be granted once a ce rtified DD Form 2345 is received.
 
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
SN00926584-W 20051106/051104212111 (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.