Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOURCES SOUGHT

J -- Amendment 0001 to Request for Information (RFI) W15P7T-10-R S215 is to provide information for the Common Missile Warning System (CMWS) Performance Based Logistics (PBL) Industry Day

Notice Date
8/5/2010
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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-S215
 
Response Due
8/11/2010
 
Archive Date
10/10/2010
 
Point of Contact
Suma T. Legesse, 410-306-3494
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(suma.legesse@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1.The purpose of Amendment 0001 to Request for Information (RFI) W15P7T-10-R S215 is to provide information for the Common Missile Warning System (CMWS) Performance Based Logistics (PBL) Industry Day being sponsored by the Project Manager (PM), Aircraft Survivability Equipment (ASE) office. 2.The Industry Day will provide an opportunity for potential offerors and other interested parties to acquire an overview of the CMWS PBL Strategy prior to the release of the Draft RFP. Selected industry comments/questions received in response to the original RFI will be addressed during Industry Day; however, the official Government response to all industry questions will be published on FedBizOpps and IBOP in a subsequent RFI amendment. 3.The date/time/location/agenda for Industry Day is as follows: Date: August 24, 2010 Time: 8:00 am - 12:00 pm Central Standard Time Place: ITT - CAS 100 Quality Circle Suite 100 Huntsville, Alabama 35806 Agenda: Will be provided at Industry Day NOTE: A map is provided. For further driving directions contact Ms. Rebecca Thomas at (256) 842-2242. 4.Firms planning to attend Industry Day must confirm planned attendance by sending an e-mail to the Contracting Officer, Ms. Kathleen Hageman at Kathleen.hageman@us.army.mil and PM, ASE POC, Ms. Rebecca Thomas at Rebecca.l.thomas@us.army.mil. Only registered attendants will be permitted into the conference facility. Your confirmation is required by COB 11 August 2010 and must include the company name, two participating points of contact, phone numbers, email addresses, and the number of company members planning to attend. Each firm is limited to a maximum of four participants for Industry Day. In the event of overwhelming industry participation and capacity concerns, the Government reserves the right to further limit the number of participants per contractor. 5.Participation in the CMWS PBL Industry Day meeting is voluntary, and is not required for participation in the source selection process. Original RFI: W15P7T-10-R-S215 Notice Type: Pre-solicitation Synopsis: Added: Apr 14, 2010 2:41 pm REQUEST FOR INFORMATION: This announcement constitutes an official Request For Information (RFI). This is a request for information only, as defined in FAR 15.201(e). The intent is to identify market interest and solicit recommendations to select the best alternative for a full service Performance Based Logistics (PBL) contract in support of the AN/AAR-57, Common Missile Warning System (CMWS). A future solicitation/contract may provide PBL support and management services for the CMWS, component parts, and test sets, located worldwide. This is not a Request For Proposal (RFP), or an Invitation For Bid (IFB), nor is it to be construed as a commitment by the government. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. An Industry Day will be announced at a later date for those interested parties seeking additional information. Questions from concerned parties to be answered during Industry Day must be submitted no later than 20 calendar days after release of this RFI. BACKGROUND: The CMWS is considered critical mission-essential equipment used aboard all rotary wing and most fixed wing aircraft. It is the core element of the Suite of Integrated Infrared Countermeasures (SIIRCM) concept and is a US Army Acquisition Category ID (ACAT ID) program. The CMWS program is satisfying the Armys requirements for enhanced aircraft survivability against Infrared (IR) guided threat missile systems. The CMWS is the Aviation IR Survivability capability provider for the Future Force. It will also complement, supplement and interface with other Aircraft Survivability Equipment (ASE) to provide broad-spectrum platform protection. Enhancements will continue to significantly reduce aircraft and aircrew casualties and permit extended operations within battle space environments populated with threat missiles. The CMWS configurations vary by platform; currently there are 12 system versions. The CMWS performs missile detection and classification, false alarm rejection, and missile declaration functions. The CMWS also sends a missile alert signal to on-board avionics and other ASE. In turn, visual and aural warnings to the aircrew are provided by on-board avionics systems. Commands are issued to dispenser systems to eject decoys to provide for expendable countermeasures against an incoming infrared missile. Each Electro-Optic Missile Sensor (EOMS) collects in-band electromagnetic radiation, converts it to electrical signals, and supplies these signals to the Electronic Control Unit (ECU). The ECU analyzes this data to determine the existence of a missile threat. If a threat exists, the ECU transmits missile threat messages to the APR-39 for further processing, threat display, and audio cueing or the ECU transmits audio directly to the Inter-Communications System (ICS) and displays the threat via the Control Indicator (CI) or Multi-Function Display (MFD). Both the visual and aural indications provide threat type and relative position information to the pilots. If the ECU determines that a missile launch has occurred, it supplies a command signal to the sequencers. The sequencers process the Dispense Command Signal and then send a flare launch command to the dispensers, firing a flare solution. Providing the CMWS is armed, a Flare solution will dispense automatically in an attempt to counter the incoming missile associated with that interaction. The Digital Control Display Unit (DCDU) or CI, located in the cockpit, provides the pilot and co-pilot with interface to the CMWS. The DCDU and CI display system status information, Improved Countermeasure Dispenser (ICMD) inventory, and software version number. In the event of an ECU failure, the MODE switch on the DCDU can be set to BYPASS to allow manual dispensing of munitions. The CMWS is currently supported through Contractor Logistics Support (CLS) by a two level maintenance concept that includes field and depot level maintenance. In accordance with Title 10, USC statutes, Tobyhanna Army Depot (TYAD) repairs the ECU through a subcontract with the OEM. Organic repair capability (through TYAD) for the EOMS will be established and will commence with a target date of 1QTR FY12. The approved Army Procurement Objective is 3,916 A-Kits and 2,002 B-Kits. B-Kits are issued as Mission Kits to Aviation Units being deployed into threat environments, and to select OCONUS-based units as directed by HQDA, DCS/G-3. The Mission Kit Concept allows a smaller population of CMWS B-Kits to accomplish the desired mission, and places control of the B-Kits at a higher decision authority. B-Kits not installed are stored in a centralized location. Technical Data is available and can be provided upon request. The anticipated PBL contract will cover supply chain management of the B-Kit, and potentially the A-Kit, engineering support, core depot capability, Packaging, Handing, Shipping and Transportation (PHS&T) and program management. Software sustainment will transition to the CECOM Army Reprogramming and Analysis Team (ARAT). Some collaboration/interface between the PBL contractor and the OEM and/or CECOM ARAT may be required. This RFI is intended to provide a forum to identify opportunities to decrease CMWS sustainment costs, improve CMWS sustainment efficiency, and increase sustainment readiness for CMWS customers. Disclaimer: This Market Research and RFI is for planning purposes only, and shall not be considered a RFP or IFB, an obligation from the U.S. Government (USG) to acquire any products or services, or an authorization to incur any cost in anticipation of such authorization. This office does not intend to award a contract on the basis of this RFI or reimburse respondents for information solicited. This information is subject to change and in no way binds this office to pursue any course of action described herein. If this office chooses to issue a RFP at some future date, another notice will be published. OBJECTIVE: This office will utilize a full service PBL contract implemented through a Public Private Partnership. The PBL team will consist of a Product Support Integrator (PSI) (responsible for integrating all sources of support defined within the scope of the PBL contract to achieve desired outcomes) and multiple Product Support Providers (PSP) (service providers involved in sustainment of an acquisition system). This office is searching for the best commercial source to serve as a Product Support Provider. The overarching objective is to reduce cost without degrading current system readiness and reliability for both peace and war time arenas. The USG contemplates issuing a solicitation under FAR Part 15 that may result in the award of a five-year Fixed Price Incentive contract. Estimated award date is NLT 2QTRFY11. PM IRCM will serve as the single Product Support Integrator (PSI). PSP Partnerships (in addition to a required Commercial Services Agreement with TYAD) are acceptable and encouraged as long as a single point of accountability for product support is identified. This office plans to transition management of select A-Kit materials to DLA. PM IRCM intends for the commercial PSP to partner with DLA through a non-binding partnering agreement to manage those items IAW FAR Part 51. RESPONSES: Responses will be a 3 step process. The first step is to inform the Government in writing (see SUBMISSION INFORMATION below), within 20 calendar days after the RFI release date, of interest in this PBL effort and submission of written questions to be answered at Industry Day. The second step will be participation in a question and answer session at Industry Day. The date and location will be announced through a separate FedBizOpps publication. The final step is the submission of a written response to this RFI no later than 30 calendar days after Industry Day. Responses shall be limited to 15 one-sided pages. Submission shall be capable of being printed on 8.5 x 11 inch paper with one inch margin (top, bottom, left and right) and a 12 point Arial or Times New Roman font. Line spacing shall be set at no less than single space. Tables, drawings and header/footer information shall be 10 point Arial font or larger. For tables and drawings, landscape orientation is permitted. Microsoft Office Professional 2000 and PowerPoint 2000 or later shall be used to create the files. All graphics shall be compatible with MS PowerPoint 2000. If any of the material provided contains proprietary information, please mark and identify disposition instructions (submitted data will not be returned). Responses should include, but is not limited to the following: (A) Company History: A one page history to include previous major products and primary customer base. Additionally, RFI responders should provide examples of past experience that would warrant the Governments consideration of the company as a prospective contractor for maintenance, supply support, engineering, training, field support, and other services including handling of the classified information up to SECRET. (B) Metrics: Suggest methods to create and maintain a metrics database, for monitoring and managing the performance of the contract. Also discuss how metrics can be used to support an incentive based contract award. (C) Additional Information: Knowledge of the IR Countermeasures systems that would demonstrate a technical/logistics capability to support the CMWS in the field. Knowledge of the hardware and software changes necessary to update the threat table for current and future changes. Ability to perform testing for performance verification test. (D) Surge Requirements: PBL support strategies under peacetime, contingencies, and war scenarios to include ramp-up and draw-down in response to surge requirements and the cessation of contingencies or war scenarios. (E) Cost: Vendor should provide a Rough Order of Magnitude (ROM) of its recommended PBL alternative. (F) Logistics Information Interface: Demonstrate how the commercial maintenance/supply Total Asset Visibility system would interface with STAMIS on an automated/non-interference basis. (G) Reduction of Total Ownership Costs (R-TOC): Summarize a concept for applying R-TOC throughout sustainment. SUBMISSION INFORMATION: Written interest in this RFI and written questions to be answered at the Industry Day shall be submitted 20 calendar days after the RFI release date. Responses to this RFI shall be submitted no later than 30 calendar days after the Industry Day. All interest, questions, and responses to this RFI shall be submitted in hard copy to Program Director, Aircraft Survivability Equipment, SFAE-IEW&S-ASE, ATTN: Rebecca Thomas, Sparkman Center, Bldg 5309, Rm. 9141, Redstone Arsenal, AL 35898. Electronic copies of all interest, questions, and responses to this RFI shall also be submitted via electronic mail to rebecca.l.thomas@us.army.mil with copies to john.cranston@us.army.mil and jimmie.hale@us.army.mil. ADDITIONAL INFORMATION: There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by an industry response to this RFI. If a solicitation is released, it will be synopsized in the Federal Business Opportunities website located at http://www.fbo.gov/. All information received in response to this RFI that is marked Propriety will be handled accordingly. Responses to the RFI will not be returned. Contracting Office Address: CECOM Contracting Center (CECOM-CC), ATTN: CCCE-CCA, Building 3073/104, Aberdeen Proving Ground, Aberdeen, MD 21005-5201 Place of Performance: CECOM Contracting Center (CECOM-CC) ATTN: CCCE-CCA, Building 3073/104, Aberdeen Proving Ground, Aberdeen, MD 21005-5201 Point of Contact(s): Suma.legesse@us.army.mil, 410-306-3494
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b9aa1a3986c3d3993d623965e0a76af2)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: CCCE-CCA, Building 3073/104, Aberdeen Proving Ground Aberdeen MD
Zip Code: 21005-5201
 
Record
SN02230214-W 20100807/100805235414-b9aa1a3986c3d3993d623965e0a76af2 (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.