Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOURCES SOUGHT

58 -- Request For Information (RFI)Request for Information for Lightweight Counter Mortar Radar (LCMR), AN/TPQ-50 Systems

Notice Date
4/14/2010
 
Notice Type
Sources Sought
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-10-R-9999
 
Response Due
4/30/2010
 
Archive Date
6/29/2010
 
Point of Contact
Selina Cardy, 301-639-7027
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(selina.cardy@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Overview. The Government is seeking information to determine industrys capability to produce Lightweight Counter Mortar Radar (LCMR), AN/TPQ-50 systems. This RFI is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, or Request for Proposal or as an obligation on the part of the Government to acquire any products or services. Your response to this 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. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. The information provided may be used by the Army in developing its acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). Parties responding to this RFI are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract solely on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. Description. The AN/TPQ-50 is a lightweight, 360-degree, rapidly deployable, man-transportable, digitally connected, day/night mortar locating radar that uses computer-controlled signal processing of the radar signal data to perform target detection, verification, tracking, and classification of enemy and friendly mortars. The system consists of an Antenna and Radar Cylinder that is powered by battery or external generator. Data processing is performed by the Radar Processor (RP) and Remote Laptop. The AN/TPQ-50 is an improved version of the AN/TPQ-49 and provides simultaneous hostile weapon locations, discrimination and friendly fire observation of mortars, cannons and rockets, has improved accuracy for mortars, is disassembled into man-portable cases which fit into a single up-armored M1152 or equivalent HMMWV, is assembled and emplaced either on or off the vehicle by a two person team and is interoperable with systems as described in the Performance Specification for the Lightweight Counter Mortar Radar (LCMR), AN/TPQ-50 dated October 2009. The specification is attached in the Links to Drawings section of the IBOP Market Research Page. The Government does not possess a build-to-print technical data package for the AN/TPQ-50. Acquisition Strategy. The Government proposes to acquire AN/TPQ-50 systems (to include float quantities) and initial spares for the US Army and, possibly, other organizations. Contract(s) will also include provisions to enable the Contractor and the Government to react quickly if any engineering changes become warranted. Based on current mission priorities, the government considers the following criteria to be most important: delivery schedule, technical performance, cost, supportability, potential technology enhancements, reliability growth and production capacity. The Government is seeking potential respondents who can demonstrate the existing AN/TPQ-50 performance and provide first deliveries within 12 months of any contract award (or 9 months if the government provides the LN-270 or equivalent inertial navigation systems as GFE). A 5 year production contract is planned for award in FY12. Prior to contract award, potential offerors will be required to demonstrate their product in a government test. Total award could be up to 310 systems. Recommended RFI Response Format. 1.An assessment of the technology and manufacturing maturity of products produced by your company that closely matches the performance listed in the AN/TPQ-50 performance specifications. 2.Estimated unit prices for the AN/TPQ-50 system, spares and spare components. 3.Information concerning maximum sustainable production rate (per month, or per year). 5. Information about the current level of environmental qualification of the system being described as well as its predicted or actual reliability. 6. Information must include complete descriptions of existing products 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 performance capabilities contained herein. 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. 7. Potential offerors are invited to describe their capabilities to provide the AN/TPQ-50, spares and related support as described herein. All respondents shall provide the following: a) Sufficient supporting documentation, this shall include a high level schedule showing key events such as contract award, any required development and/or facilitization, quantity ramp up, test events and deliveries. b) Manufacturing facilities, personnel and all necessary resources to complete the effort. c) Address the maturity of their product design by identifying any systems delivered to date, whether these systems are prototypes or production representative items, the quantity of systems produced to date, test results to date and any relevant field data demonstrating the performance of their system. Customer points-of-contact (POCs) shall also be provided for these products. d) Identify any planned or required future testing and shall describe the degree of government involvement in any completed or planned formal testing. e) All assumptions, including any assumed government support, shall be clearly identified. f) Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. RFI Administrative Information. This request for information is for planning purposes only; this is not a Request for Quotations (RFQ) or Request for Proposals (RFP). No solicitation document exists and formal solicitation(s) may or may not be issued by the Government because of the responses to this RFI. Company information will be verified via the Central Contractor Registration (CCR) database. Responses to this RFI must be unclassified and should not exceed 40 pages in length.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/26b749f9f122a9aa4bb070679abb61dd)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN02121465-W 20100416/100414234818-26b749f9f122a9aa4bb070679abb61dd (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.