Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2009 FBO #2634
SOURCES SOUGHT

58 -- W15P7T-09-R-T005 ~ Request for Information (RFI) for Counterfire Target Acquisition (CTA) Radar

Notice Date
2/9/2009
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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
W15P7T-09-R-T005
 
Response Due
3/9/2009
 
Archive Date
5/8/2009
 
Point of Contact
terrence.shearer, 7324271501<br />
 
Small Business Set-Aside
N/A
 
Description
This RFI is for planning purposes only and shall not be considered as an Invitation for Bids, Request for Quotations, or a Request for Proposals. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI.This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract.No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Statement of Work/Statement of Objectives and Performance Specifications. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response.The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. The Government is seeking sources for a production ready CTA Radar System to replace the aging AN/TPQ-36(V) 8 Radar System (AN/TPQ-36(V) 8). The CTA Radar System will be required to include 360 degree azimuth coverage against all threats at increased ranges, enhanced human machine interface, ease of programmability, and built-in capacity for future growth. It will need to accurately locate and classify hostile weapon locations at greater ranges and coverage pattern to permit more effective detection and counter-battery. The CTA Radar System will provide improved operational and physical functionality over the existing AN/TPQ-36(V) 8, with a smaller footprint than the existing AN/TPQ-37 Radar System. The enhanced capabilities of the CTA Radar System will provide Warfighters with continuous and responsive counter-battery target acquisition for all types and phases of military operations. It will detect in-flight projectiles and determine and communicate firing point locations of mortars, artillery, rockets and missiles. Additionally, it will be deployable and capable of operating in various terrain and climatic conditions, in accordance with the performance requirement which can be found in a restricted library located on the Interactive Business Opportunities Page (IBOP) under the heading Solicitation Number W15P7T-09-R-T005. Product Manager, Radars (PM, Radars) has identified current and future needs for CTA Radar Systems, spare and repair parts, and engineering and technical support services. Technical support services include training, fielding support, Interim Contractor Support, and Performance Based Logistics support. Currently, PM, Radars has a need for up to 30 CTA Radar Systems with delivery of the first CTA Radar System within 18 months after contract award (anticipated to be awarded 3QFY09) and delivery of subsequent CTA Radar Systems at the rate of two (2) systems per month thereafter until all quantities are delivered. Additionally, PM, Radars future needs are for Full Rate Production (FRP) of CTA Radar Systems, with a contract for that effort expected to be awarded by 1QFY11. The contract for FRP of CTA Radar Systems is anticipated to be for up to 30 CTA Radar Systems per year not to exceed 170 systems. Delivery of the first CTA Radar System under the FRP contract will be required 18 months after contract award. All systems will be accepted based on meeting the performance requirements which can be found in a restricted library located on the IBOP under the heading Solicitation Number W15P7T-09-R-T005. It is anticipated that the proposed contracts will include Firm-Fixed-Price (FFP) and Time and Materials (T&M) line items; with the equipment obtained on a FFP basis and the services obtained on a T&M basis. The United States Army CECOM Contracting Center-Army Contracting Command is issuing this RFI to identify potential sources that can meet the Governments performance and delivery requirements for CTA Radar Systems. This RFI will also determine available alternatives and assess industry readiness and production capacity that would lead to the delivery of affordable CTA Radar systems as stated above. Additionally, the Government may conduct a production readiness and capacity evaluation at the production facility of interested sources to validate the realism of the source being able to meet the Governments delivery requirements identified above. Responses to this RFI must be unclassified and not exceed 50 pages. Interested sources possessing the capacity to deliver a CTA Radar System meeting the conditions outlined above and in the associated performance requirements document are requested to provide White Papers. Responses should describe the approach to produce, manage and meet the aforementioned requirements as well as the following items for both the Governments current need for up to 30 systems and future FRP requirements in separate sections of the White Paper. 1. Respondents shall provide a performance requirements compliance matrix indicating by requirement which metric can be met and how it has been demonstrated. 2. Comments with regard to the feasibility of the strategies and achieving the stated goals within the time frames specified to include a supporting program schedule that represents a low risk approach to meeting the objectives outlined above. 3. Provide an assessment of the associated risks for the program and respective risk mitigation approaches to include potential throughput challenges, production test reject rates and challenges associated with resolution of the potential top three (3) yield problems. 4. Submission of alternative strategies, suggestions for acceleration of system delivery, test, qualification, recommendations for economic ordering quantities, realistic schedules for production ramp up and surge quantities, and monthly production sustainment quantities. 5. Technical and management approach for executing the program including a detailed design; procurement of subsystems and components and the integration of components; rigorous contractor test and integration data; supporting technical documentation; and, operation and sustainment considerations. 6. Information about the current level of environmental qualification of the system being described as well as its predicted or actual reliability. 7. Information must include complete descriptions of existing system that will be available for delivery within the timeframe indicated above and must include sufficient documentation to support any claims that the system performance will meet the minimum performance capabilities contained in the specification. Please identify current status and location where the Government can witness a demonstration of your proposed system. Such documentation may include system technical specifications, product brochures and related literature, performance test data, system drawings and/or photographs, or any other data to support the state of system development and or production readiness. 8. Outline of supply chain considerations with emphasis on any known long lead items that may adversely impact high rate production in an accelerated environment and strategies to overcome potential parts obsolescence problems. 9. Address projected monthly production capabilities to include critical subcontractor and vendor production capacity along with any limitations to ramping up to high rate monthly production and system integration considerations along with proposed resolutions to potential production impediments. 10. Corporate capabilities (i.e., available facilities and assets to include existing production facilities, total available square footage to include additional floor space available for expansion; quality management programs, manufacturing process controls and configuration management control systems) and company profile (i.e., company type, US or non-US ownership, Cage code, DUNs number, size and status as listed in the Central Contractor Registration). 11. Corporate research initiatives undertaken relative to programs like the CTA Radar System to include a discussion of internally funded Research, Development, Testing and Evaluation activities along with the Technology Readiness Level/Manufacturing Readiness Levels for those efforts. 12. Past and current relevant performance information. 13. Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. All interested parties are invited to describe their ability to provide CTA Radar Systems as described herein. The performance requirements document contains 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 may have a copy of the performance requirements document. All requests for copies of the performance requirements document must include a certified copy of DD Form 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 Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS United States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/jcp. All submissions should include company names, Point of Contact (POC) to include, name, position, telephone number and email address. All interested sources are asked to respond via email by 20 February 2009, to the POC identified below, indicating their intent to respond to this RFI. Interested parties are encouraged to respond to this RFI by providing the above information on or before 9 March 2009, 1600 Eastern Daylight Time. Responses to this RFI must be unclassified and not exceed 50 pages in length. All proprietary and restricted information shall be clearly marked. All responses shall be transmitted electronically to the IBOP at https://abop.monmouth.army.mil, under the Army Pre-Award, CECOM LCMC Market Research section, subject as above. POC is Robert Burrus, robert.d.burrus@us.army.mil or (732) 427-0772.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2ecc2e5795fcb925257657e683e83a58&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
SN01747262-W 20090211/090209220846-2ecc2e5795fcb925257657e683e83a58 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.