Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

58 -- 58 - Market Survey for Legacy Single Channel Ground and Airborne Radio System (SINCGARS)

Notice Date
9/17/2008
 
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-4299-1
 
Response Due
9/30/2008
 
Archive Date
11/29/2008
 
Point of Contact
Robin Turner, 732-532-2109<br />
 
Small Business Set-Aside
N/A
 
Description
This notice attempts to identify additional sources to meet future Legacy SINCGARS sustainment requirements. Contract W15P7T-05-D-J405 is a five-year Indefinite Delivery and Indefinite Quantity type contract awarded on a competitive basis to Tallahassee Technologies Inc.(Talla-Tech),3000 Commonwealth Blvd, Tallahassee, FL 32303 in December 2004 to procure spare parts and sustainment support for the General Dynamics (GD)designed family of SINCGARS (RT-1523A, RT-1523D, AM-7239 and AM-7238). The Government is seeking interest from alternate sources capable of producing a build to print version of these configurations at a rate of up to 1200 circuit card assemblies (CCA) per month. Sustainment engineering service capabilities is also required. The Government is currently pursuing an effort to modernize the GD family of SINCGARS via obsolescence redesign/upgrade, to extend the service life of these equipments. To maximize the flexibility in modernization of the older assemblies, configuration control of the SINCGARS configurations under this contract has been reassigned to Talla-Tech to support this ongoing redesign effort, resulting in new drawings that have not been delivered to the Government. Consequently, the Technical Data Package (TDP) that supports the manufacture of these assemblies has become unstable because the redesigns are ongoing and drawings are not yet delivered to the Government for these redesigned configurations. The Government is seeking to identify sources with the capability to produce sustainment spare parts for the GD family of SINCGARS over the next five years. Interested sources must show that they have the plant capacity to meet monthly demand of up to 1200 SINCGARS CCA. Deliveries must begin within 9 months of contract award to include completion of First Article Testing (FAT) to satisfy the Armys accelerated fielding schedules. FAT to qualify the production line will be required for all sources, other than Talla-Tech, that are interested in the proposed action. Any source interested in the proposed action will be required to produce the existing version of SINCGARS configurations. Due to the significant impact of an alternate designed product on the Logistics support system that would be introduced by a different design, the Government requires that the product produced under this effort be a build to print effort. Due to the engineering effort that is required to manage the GD SINCGARS configuration base line, interested sources shall have demonstrated capabilities in dealing with SINCGARS or other similar frequency hopping Combat Net Radios in the following categories: a) manufacture and repair complex CCA (multi-layers, surface mount technology, through hole, and manual mounted), b) redesign CCA to eliminate obsolescence, c) redevelop and/or trouble shoot software, d) testing at CCA and radio system levels. In addition, the potential bidder shall possess the necessary security clearance to deal with COMSEC equipments. Contract Number W15P7T-05-D-J405 also includes requirements for services, to include the repair of all hardware and ancillary items listed under the contract and hardware acquired under the contract. Engineering support services are required to be performed throughout the length of the contract for efforts related to supportability analysis, development, manufacturing, and testing and fielding of SINCGARS items delivered under this contract. Selected engineering tasks include, but are not limited to: 1) The evaluation of the maintenance concept to ensure the most cost-effective sparing options are maintained on elected models or assemblies affected by obsolete components and 2) The update of field maintenance procedures as required, to include organizational level as well as the AN/GRM software and technical documentation support, are required to be performed. Interested sources shall identify their interest and capability to meet the Governments requirements. Sources capable of providing these items in accordance with the Governments requirements, to include the required delivery schedule shall respond in writing. The response should be a short introductory description (unclassified) outlining a viable approach that meets the above needs and should address production and engineering capabilities. Responses from interested sources shall address their capability to act as a single provider for the SINCGARS, spares, and services. Submit one electronic copy of the submission to the following: CECOM LCMC Logistics and Readiness Center ATTN: AMSEL-LC-COM-R Building 1202 Fort Monmouth, NJ 07703 Telephone: 732-532-1894 Email: Denis.Chan@us.army.mil Submit one electronic copy of the submission to the following: CECOM LCMC Logistics and Readiness Center ATTN: AMSEL-LC-COM-R Building 1202 Fort Monmouth, NJ 07703 Telephone: 732-532-8768 Email: Alan.Marchalonis@us.army.mil The deadline for the receipt of responses to this market survey is 30 September 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ebb6f132e7405a790537cabda9bc2e54&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
Zip Code: 07703-5008<br />
 
Record
SN01674069-W 20080919/080917222658-ebb6f132e7405a790537cabda9bc2e54 (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.