Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2008 FBO #2496
SOLICITATION NOTICE

59 -- 59- Request For Information (RFI) AN-ALQ-144 Countermeasures Set Program Performance Based Logistics Initiative (INDUSTRY DAY)

Notice Date
9/24/2008
 
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-4303-1
 
Response Due
9/29/2008
 
Archive Date
11/28/2008
 
Point of Contact
Robin Turner, 732-532-2109<br />
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: THIS WILL BE PART OF INDUSTRY DAY ON OCTOBER 2, 2008 at the Fort Monmouth Officers Club. The following is response of questions from MARKET SURVEY-4281-1. There are six attachments to clarify questions from interested parties. Attachment 1 is general data for the AN-ALQ-144. Attachment 2 is the total assets world wide. Attachment 3 is glossaries for Attachemt 1 and 2. Attachment 4 is historic depot repair cost. Attachment 5 is predicted quantities of the hardware for 7 years. Attachment 6 is metrics to evaluate. Attachments can be emailed to you at your request and will be made available for viewing during Industry Day on October 2, 2008 at the Fort Monmouth Officers Club. Due to the limitation of space, these six attachments can not be posted. Interested parties shall send request for additional information and attachments to hae.c.rhee@us.army.mil. General questions and answers from interested parties are as follows: 1)Will questions/answers submitted by interested parties be published? Yes. 2)What is the anticipated life of the system? As stated in the RFI, PBL will be 5 years with two one-year options. The life of the system is expected through 2017. 3)Will you provide the anticipated inventory levels? We will provide anticipated inventory levels at Industry Day. Attachment 1 alq144_data.xls. 4)Will we have insight into the current spare and repair prices for each NSN? Yes, we will provide data at Industry Day. Attachment 4 TYAD-REPAIR-Programs.xls 5)Will depot repair piece part usage-demand history be available? Yes, we will provide data at Industry Day. Attachment 1 alq144_data.xls. 6)Will you provide anticipated inventory levels for the system LRU-SRU by year? Yes, we will provide data at Industry Day. Attachment 1 alq144_data.xls. 7)Will average customer wait time be available? Yes, we will provide data at Industry Day. Attachment 1 alq144_data.xls. 8)In order to provide a credible ROM, interested parties will require access to the following items. Will these be available at the industry day? - Performance Work Statement - Baseline of system readiness and reliability Performance of Work Statement is not available at this time. Performance of Work will be available at RFP if the government elects to pursue PBL. Baseline of system readiness will be available at Industry Day. Attachment 1 alq144_data.xls. Actual reliability collected from user is not available. Theoretical reliability is in the system specification. System specification (SECRET) will be available upon written request through security office. 9)Optempo baseline data available at Industry day? Projected Optempo for period of performance of the PBL? Yes, historical data and requirement will be available at Industry Day. Attachment 1 alq144_data.xls. 10)Will retrograde asset return rates be included as part of the PWS-RFP? Yes, data will be available at Industry Day. Attachment 1 alq144_data.xls. 11)What is the anticipated date for the RFP? If the government elects to pursue PBL, anticipated date of the RFP is July 2009 time frame. 12)Will CECOM provide insight into the US Armys most important requirements? For example availability, reliability. Yes, availability data will available at Industry day. Attachment 1 alq144_data.xls. Actual reliability data from user is not available. 13)When will maintenance plans, technical publications be made available? Government will maintain current AVUM, AVIM, and Depot maintenance concepts. Technical publications are available upon written request. 14)Will the PBL solution provide options for US Navy and FMS systems? Current RFI excluded US Navy and FMS systems. PBL solution for US Navy and FMS systems will be decided after negotiation with Navy and FMS customer. 15)Will the PBL contractor have access to LOGSA and other DOD information systems? Yes, PBL integrator must interface with LMP. Government will sponsor access to LOGSA and other DoD information systems. 16)Do you anticipate using Commercial Asset Visibility? Government anticipates PBL integrator should be able to access current Army Standard Systems for Asset Visibility. 17)Will electronic reporting be required? Yes. 18)Will the PBL be funded using Army Working capital funds? Will system upgrades-reliability improvements be handled within the PBL? Yes. PBL will be funded using Army Working Capital Funds. Any upgrades-reliability improvements should be handled within the PBL. 19)How will the depot workload be measured for the public private partnership? The depot workload will be measured IAW Tile 10 Depot Authorities. 20)Will the PBL address both Intermediate and Depot maintenance? No, there is no change for Intermediate and Depot maintenance concepts. 21)Is a FFP PBL contract anticipated? Yes. 22)Who controls configuration of the system? Will expanded class II ECO authority be granted to the contractor? Class I changes will be controlled by government. Class II changes will be expanded to ECO authority with notification to government. 23)Is MTBF-MTBM data available to the bidders? Actual Data for MTBF-MTBM from user is not available. However, theoretical MTBF-MTBM is specified in the system specification (SECRET). Systems specification is available upon written request through security office. 24)Will current list of ATE, support equipment issues, challenges, if any, be made available to the bidder? Yes, lists of ATE and support equipment are available in TMs and drawings. There are issues to obtain radiometric testing range. Government can not provide radiometric testing range. The potential Offerors will have to set up radiometric testing range in accordance with Acceptance Test Procedure (ATP) (SECRET) and by utilizing system specification to meet the functional requirement (SECRET). 25)Will control-ownership of all spare parts inventory be turned over to the successful contractor? Ownership belongs to the government. Control will be turned over to the successful contractor. 26)Will qualification requirements be defined within the Performance Work Statement (PWS)? Yes. Qualification requirements will be defined within the PWS if a RFP is issued. Qualification requirements may include, but are not limited to, knowledge of IR jamming systems, capabilities of the jamming code changes based on threat changes, verification capabilities of optimized jamming code, the simulation capabilities to optimize the jamming code, field support if it is necessary, etc. The potential Offerors must have manufacturing-engineering capabilities to mitigate potential problem of supply chain such as IR source, coating of the window Assembly and Low Speed Modulator panes, coating of the High Speed Modulator, manufacturing of Low Speed Modulator Reflector, etc. 27)Does CECOM expect a transition period as part of the PBL? Yes. If integrator is selected, CECOM expects a transition period to minimize disruption. 28)Does CECOM expect to negotiate the Performance Work Statement after award with the successful bidder? If no, will industry have an opportunity to review and comment on a draft PWS prior to the final RFP issuance? Industry will have an opportunity to review and comment on a draft PWS prior to the final RFP issuance. 29)Will Contractors be allowed to interact with TYAD during the competition period? It is recommended that all TYAD inquiries be sent to this activity. ADDITIONAL INFORMATION: Industry day is on 2 October 2008, 9:00AM-2:00PM. DIRECTIONS ARE AS FOLLOWS: From Garden State Parkway: Take Exit 105. Go through the first traffic light and take the jug-handle to Hope Road (Ft. Monmouth signs). At the 3rd traffic light, turn right onto Tinton Avenue. The Officers Club-Gibbs Hall is just past the Golf course on the right. New Jersey Turnpike South Take Exit 11 to Garden State Parkway South, Follow directions above. New Jersey Turnpike North Take Exit 7A to I 195 East to Garden State Parkway North. Follow Directions above. County Route 537 Follow Route 537 which continues into Tinton Road. The CECOM Bldg. will be on the right hand side of the intersection. It is a very large building with a large parking lot. (Land: you will pass the Grist Mill Restaurant on the left before the intersection). Turn left onto Tinton Road (continuation of Rt. 537). Go straight through the intersection at Hope Road and the Officers Club is just past the Golf Course on the right. Fort Monmouth Officers Club: 732-532-4520 Monmouth room, 2nd floor of Gibbs Hall. POC for this matter is Mr. Doug Howe, douglas.howe@us.army.mil, (732)532-2898. EMAIL hae.c.rhee@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3f3a58d2e9ee41f1a0c7aecd9e8ff7d3&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
SN01680943-W 20080926/080924223630-3f3a58d2e9ee41f1a0c7aecd9e8ff7d3 (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.