Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOLICITATION NOTICE

58 -- 58-Market Survey for a Performance Based Follow-On Replacement Indefinite Delivery Indefinite Quantity (IDIQ) Contract to Support the AN-TPQ-36 (V) 8 Operations Central Group (OCG)-Shelters.

Notice Date
8/1/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-4257-1
 
Response Due
8/22/2008
 
Archive Date
10/21/2008
 
Point of Contact
Robin Turner, 732-532-2109
 
Small Business Set-Aside
N/A
 
Description
This notice is a market survey to identify additional sources of supply for a replacement IDIQ type contract to support and sustain the FIREFINDER (FF) AN-TPQ-36(V)8 Operations Control Group (OCG)-Shelter configuration. Requirements include, but not limited to the following: 1) Broad Range Procurement of various Components and Secondary Items to sustain the AN-TPQ-36(V)8 FF OCG-Shelter, 2) Procurement of AN-TPQ-36(V)8 FF Radar systems OCG-Shelter if required, 3) Provide Depot Level Maintenance Support Services such as: Repairs of Secondary Items, 4) Product Improvement Programs to support Life Extension Initiatives and Implementation of Technology Refreshment-Insertion to sustain the FF AN-TPQ-36(V)8 FF systems life expectancy, 8) Engineering Technical and Field Support Services for fielded FF Radar systems OCG-Shelter configuration in CONUS (Continental United States) and-or OCONUS (Outside Continental United States) if necessary. The current supplier for the existing contract is Northrop Grumman Corporation. These items must be procured to maintain mandatory operational readiness levels and to replenish spares for the AN-TPQ-36(V) 8 FIREFINDER Radar systems. These spares will be procured based on set range quantities and the minimum order placed on contract will be considered the guaranteed order. The aforementioned requirements will all be placed as a package under a single contractual action with a projected five (5) year ordering period. Provisions for Performance Based metrics will be established and included as contract requirements. The Contractor must be capable of fully complying with established metrics. The Contractor must possess and demonstrate availability of various types of assets and resources such as facility, tooling, test equipment, and experienced personnel with capability to support this type of contractual vehicle. Firm commitment to contract delivery schedule is extremely critical. The Contractor must possess the resources and capability to satisfy production and repair surge requirements determined to support the U.S. Armys mandated Operational Readiness and Availability Rate. Note that all major components along with a broad range of Secondary items will require OCG-Shelter and possible end item testing. The Government cannot guarantee availability of an end item to supply as Government Furnished Equipment or Property for development and-or qualification testing purposes. Additionally, the Government does not currently possess detailed Level III or up to date Level II Technical Drawing Package adequate for production, nor complete detailed performance specifications or repair procedures for these items. A listing of these items can be obtained by submitting an email inquiry to the Point of Contact (POC) listed below. Potential suppliers interested in satisfying the Governments requirements as a complete package must so indicate by responding via email to Point of Contacts identified herein. Response demonstrating ability to satisfy the Governments requirements must be mailed with cover letter of interest to: U.S. Army CECOM LCMC Acquisition Center, AMSEL-LC-IEW-C, ATTN: Ms. Shirley Kapetanakis, Task Contract Mgmt Spec-COR, Building 1201, Fort Monmouth, New Jersey 07703-5000. Response must include supporting documentation and-or production samples, item performance specifications and associated engineering and production drawings, final acceptance test procedures and test results, end item specification, and proof of ability to comply with Governments delivery schedule for each item. In addition, potential sources must comply with the following requirements: "Identification of contractor as a Large or Small Business and type (HUB Zone, 8(a), Women-Owned, or Non-Disadvantage). "Identify percentage of work that would be contracted and percentage to be performed in-house for each NSN. "Past Performance with PBL contracts or similar efforts, past performance for various FF Radar configurations, NSNs identified on listing and-or similar NSNs and date(s) of PBL contract or last manufacturing effort for these items; also provide Government contract number if applicable. "Provide information to demonstrate adequate production facility and resources (equipment, tooling, space etc.) are available to successfully perform and satisfy the Governments requirements. "Provide current quality standard certification and quality standard that would be in-place for contractual efforts. The deadline for response is no later than 22 Aug 2008 EMAIL Shirley.Kapetanakis@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=628d7ef16be40abfa470101266d76365&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN01629807-W 20080803/080801224235-628d7ef16be40abfa470101266d76365 (fbodaily.com)
 
Source
FedBizOpps 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.