Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2009 FBO #2867
SOURCES SOUGHT

58 -- Enhanced AN/TPQ-36 (EQ-36) Request for Information

Notice Date
9/28/2009
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
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-10-R-S605
 
Response Due
10/23/2009
 
Archive Date
12/22/2009
 
Point of Contact
ha.van.dinhnguyen, 732-532-1213
 
E-Mail Address
US Army C-E LCMC Acquisition Center - DAAB07
(ha.van.dinhnguyen@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) is for planning purposes only and shall not be considered as an Invitation for Bids, Request for Quotations (RFQ), or a Request for Proposals (RFP). 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 any direct or indirect costs that you incur in responding to this RFI. This request does not constitute a request 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 Government in refining its acquisition plan, 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 United States Army CECOM Contracting Center, Army Contracting Command, is seeking additional information to the RFI that was posted on 09 February 2009, on the Interactive Business Opportunities Page (IBOP) under Solicitation number W15P7T-09-R-T005, titled Counterfire Target Acquisition Radar System (CTA) Request for Information (RFI). The purpose of this market research is to solicit industry comments and/or suggestions to Product Manager, Radars (PM, Radars) relative to the evolving acquisition strategy for production of the Enhanced AN/TPQ-36 (EQ-36), as described herein. PM, Radars is currently in the latter stages of the EQ-36 System Development and Demonstration (SDD) acquisition phase, a Technical Data Package (TDP) for the SDD EQ-36 system was not procured due to cost considerations. PM, Radars anticipates conducting a full and open competition for the production of the EQ-36 using a combination of Firm Fixed-Price (FFP) and Time and Materials (T&M) contract types, with the equipment obtained on a FFP basis and the services obtained on a T&M basis. However the government is soliciting industry input for incentivizing performance on this contract. The period of performance is still to be determined. PM, Radars estimates a production rate not to exceed six (6) radars per month to include spare and repair parts for production quantities of 150 to 190 EQ-36 Radar Systems with Low-Rate Initial Production (LRIP) commencing in FY11 and full rate production no later than 3QFY13. An industry day is planned for 1QFY10 along with the release of the draft RFP. The final RFP is planned for release during 2QFY10 and proposals due 3QFY10. Source selection is planned to be completed by 2QFY11. A planned key factor of the source selection process includes a live ammunition system demonstration. The demonstration is planned to take place at Yuma Proving Grounds (YPG) during 4QFY10 and would require offerors to provide a production representative prototype or better to be evaluated against a published test plan, shot matrix, and the performance requirements. The shot matrix and test plan will be available at Industry Day. U.S. Government validated data may be accepted in lieu of participation in the live ammunition system demonstration. Results will be used to evaluate the risk of achieving the required performance in the previously mentioned performance requirements document. To participate in the live ammunition system demonstration, offerors will need to provide all the necessary documentation to obtain frequency assignment for their respective systems in a timely manner if their proposed solution does not have a National Telecommunications and Information Administration (NTIA) approved frequency allocation. Please address any comments/issues associated with the planned live ammunition system demonstration; in particular address ability to provide a demonstration system in the timeframe indicated, ability to show your proposed solution has a Technology Readiness Level (TRL) e 7, and ability to obtain frequency authorization. PM, Radars anticipates conducting a production readiness and capacity evaluation at the offerors production facility to assess the realism of achieving the production rate of six (6) radars per month. Please address any comments/issues associated with achieving the production rate of six (6) radars per month to include the number of months after contact award that this production rate could be achieved. The successful offeror will be required to have at least one (1) production representative system, two (2) are preferred, available three (3) months after contract award to begin Developmental Testing (DT) followed by a Limited User Test (LUT) conducted by the Army Test and Evaluation Command (ATEC) which is planned to be completed within nine (9) months from contract award. No later than eighteen (18) months after contract award, the successful offeror will be required to have at least one (1) production system ready, two (2) are preferred, hosted on a Family of Medium Tactical Vehicles (FMTVs) with the Long Term Armor Strategy (LTAS) armored cab to begin formal DT followed by Initial Operational Test and Evaluation (IOT&E) conducted by ATEC. Please address any comments/issues associated with the planned formal system testing; in particular address ability to have one (1) or more production representative system(s) within three (3) months after contract award to support DT/LUT and ability to begin delivery of production systems meeting performance requirements and hosted on a FMTV LTAS armored cab within eighteen (18) months after contract award to support full performance testing and an IOT&E. The FMTV LTAS TDP and EQ-36 system performance requirements document will be available in a separate library on the IBOP. The EQ-36 performance requirements document and FMTV LTAS TDP contain 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 be sent via email to Ha (Jeannie) Dinh-Nguyen at ha.van.dinhnguyen@us.army.mil. 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. To download the DD form 2345, click on the link to be directed to the DLIS Homepage. On the left hand side, click on Documents, then click on DD form 2345 download and print. All submissions should include company names, Point of Contact (POC) to include, name, position, telephone number and email address. Interested parties are encouraged to respond to this RFI on or before 23 October, 2009, 1600 Eastern Daylight Time. Responses to this RFI must be unclassified and not exceed fifty (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 Market Research section, subject as above. POC is CW4 Paul Stultz, paul.stultz@us.army.mil or (732) 532-7861.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAB07/W15P7T-10-R-S605/listing.html)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: CCCE-CC-TC Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN01972834-W 20090930/090928235859-7db301567125eebb590d55f25a57074a (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.