Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2009 FBO #2638
SOURCES SOUGHT

58 -- AN/DAS-2 Extended Range Multi Purpose (ERMP) Electro-Optical/Infra Red/Laser Designator (EO/IR/LD) Payload and AN/AAS-53 Common Sensor Payload Support Services

Notice Date
2/13/2009
 
Notice Type
Sources Sought
 
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-M015
 
Response Due
3/2/2009
 
Archive Date
5/1/2009
 
Point of Contact
Jennifer Jennings, 732-532-1524<br />
 
Small Business Set-Aside
N/A
 
Description
This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or request for proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. Your response to this Request for Information (RFI) will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. 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 and Statement of Work/Statement of Objectives and Performance Specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this request for information or to otherwise pay for the information submitted in response to this RFI. Description: The Government is conducting market research seeking sources to provide in-theatre logistical support, to include field service representatives and maintainers to support sustainment of the AN/DAS-2 payload and the AN/AAS-53 payload. The payloads provide target-location coordinates, and display continuous high-resolution imagery to the battlefield commander. Performance will primarily be in support of Operation Enduring Freedom / Operation Iraqi Freedom (OEF/OIF) at sites designated by the Commander. The contractor would provide field and depot maintenance support services to the Payloads. This support would include, but is not limited to, analysis of field reported problems, correction of system equipment experienced during operational deployments and repair of payloads as needed either on site in Theater or those returned to CONUS for repair. It would also include maintaining the necessary repair parts inventory on-site in both OCONUS and CONUS locations based on historical usage rates to mitigate the degradation of the AN/DAS-2 and AN/AAS-53 systems. The government is primarily interested in contractors with maintenance operations experienced in Electro-optical sensor payloads maintenance and repair operations in support of Operation Enduring Freedom / Operation Iraqi Freedom (OEF/OIF). The government does not own the technical data package for these payloads. The Government does possess in support of this proposed effort a broad-based performance work statement and technical and performance specs for both the AN/DAS-2 and AN/AAS-53. System Capabilities: The AN/DAS-2 operates day and night, detects and recognizes operationally-meaningful targets at survivable standoff ranges, determines range to target, auto-tracks and designates targets for precision-guided standoff weapons, provides target-location coordinates, and displays continuous high-resolution imagery to the battlefield commander. The AN/DAS-2 Payload is comprised of a turret unit and an electronics unit. The turret unit contains a continuous zoom EO camera, a thermal imager, a visible imager, a laser designator, and an eye-safe laser rangefinder, all packaged within a stabilized gimbal. The AN/AAS-53 is planned to replace the AN/DAS-2 beginning in fourth quarter 2009. Other Considerations: Interested sources should use the following planning factors: Payload Shipment: Payloads will be shipped back to the Contractors facility for major repairs (Depot level repair). Depot Repair Cycle: Repair cycle threshold should be no more than 40 days with an objective time of less than 30 days. Payload factors: The plan is for eight (8) payloads at a rate of 5.5 hours per day per payload (2007.5 hours per year per payload). Timelines: The Government is planning for support of the AN/DAS-2 to begin on or about 1 Jun 2009. Support of the AN/AAS-53 payload is not anticipated before May 2010. Sites: Performance will be primarily in support of Operation Enduring Freedom/ Operation Iraqi Freedom (OEF/OIF) at sites designated by the Commander. Plan for simultaneous support to two sites in OIF. Interested sources are requested to provide a complete description of existing services that will be available for maintaining the AN/DAS-2 and AN/AAS-53 within the timeframe indicated above. Industry responses must include sufficient documentation to support any claims that their performance will meet the minimum performance capabilities contained herein. Interested sources should describe the level and type of repairs that can be accomplished in the field and when depot level repair is required with payload turnaround time frames. Also identify the numbers of Field Service Representatives (FSRs) anticipated and the role the FSRs would perform in speeding repair of the Payloads. Identify the types of repairs FSRs can perform in the field as opposed to returning the Payload to the depot. Interested sources should submit documentation that includes description of existing similar maintenance programs, product brochures and related literature, performance data, photographs, or any other data. Additionally, industry responses are to specifically include an outline of supply chain considerations with emphasis on any known long lead items that may adversely impact repair. Any limitations must be addressed along with proposed resolutions to potential maintenance impediments. Industry responses should also identify critical subcontractor and vendor production capacity along with estimated unit prices assuming a notional 1 Jun 09 award date. Responses to this RFI are due by 4:00pm EST on 02 March 09. Technical questions and industry responses are to be sent via email to Monika Herdlick at Monika.Herdlick@us.army.mil All material submitted in response to this RFI must be unclassified. Interested parties possessing the capacity to deliver services meeting the requirements outlined above are requested to provide a White Paper describing: 1.Corporate capabilities, past and current relevant performance information, available facilities and assets 2.Technical and management approach for executing a repair operation to include the level and type of repairs that can be accomplished in the field and when depot level repair is required with respective turnaround time frames. 3.Operation and sustainment considerations. 4.A cost estimate on a Rough Order of Magnitude (ROM) to meet or exceed the notional requirements outlined above. 5.An assessment of the associated risks for this program and respective risk mitigation approaches. 6.Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. Commencing mid March 09, the Government may afford interested parties an opportunity to discuss the contents of their White Papers during an industry one-on-one session where it is envisioned the parties will engage in an active information exchange dialogue to aid in the governments feasibility assessment. Additionally, the government may allow interested parties an opportunity to provide a demonstration of their solution. It is anticipated that any such sessions would not exceed 4 hours and will take place at PM NV/RSTA at Ft Belvoir, VA.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6eabfc6f850694b7cbaad6d31b568d16&tab=core&_cview=1)
 
Record
SN01750920-W 20090215/090213220939-6eabfc6f850694b7cbaad6d31b568d16 (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.