Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2010 FBO #3323
MODIFICATION

58 -- Market Research and Request for Information (RFI) For Counter RCIED Electronic Warfare (CREW) Thor III Spare and Depot Level Repair Parts (DLRPs)

Notice Date
12/28/2010
 
Notice Type
Modification/Amendment
 
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-11-R-R403
 
Response Due
11/7/2011
 
Archive Date
1/6/2012
 
Point of Contact
Christina Murray, 4438614902
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(christina.y.murray@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a request for information (RFI) only. This is not an Invitation for Bids (IFB), Request for Quotations (RFQ), or Request for Proposals (RFP). The US Army, Program Manager Electronic Warfare, Fort Monmouth, N.J., is seeking sources to provide Counter Radio Controlled Improvised Explosive Device Electronic Warfare (CREW) system replenishment spares and Depot Level Repairable Parts (DLRP) to the existing Dismounted Army CREW 3.1 AN/PLQ-9(V)1 system (also known as the Thor III) system. The Government requires spares/DLRPs that are Form, Fit and Functionally interchangeable with the existing parts used in the Thor III System. The Thor III system was designed and produced by Sierra Nevada Corporation, Sparks, NV. The Government anticipates award of a contract by 4QFY11. Interested parties are asked to respond to the following: The Thor III system is a three Man-pack system that provides protection against Radio Controlled Improvised Explosive Devices in support of Operation New Dawn (OND) in Iraq and Operation Enduring Freedom (OEF) in Afghanistan. The scope of the planned acquisition is to provide spares, DLRPs, packing and shipping, support and test equipment procurement related to the Thor III system. An Indefinite Delivery/Indefinite Quantity (IDIQ) contract is contemplated with a five (5) year ordering period. The Government anticipates establishing an ordering ceiling of $60M for the planned IDIQ contract. A listing of the spares and DLRPs parts is available. The Government possesses a Technical Data Package (TDP) with Government Purpose Rights and pertinent information/drawings from this TDP that is relevant to the Government's requirements for spares/DLRPs is also available for review. To receive those portions of the TDP, interested sources will need to sign a non-disclosure agreement. The TDP portions and list of spares and DLRPs can be obtained by contacting the Technical POC (TPOC) identified below. This RFI is for planning purposes only and shall not be considered as an IFB, RFQ, or RFP. Additionally, there is no obligation on the part of the Government to acquire any products 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. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Requested Information: Vendor responses are limited to 10 written pages and should include: 1) Description of the company's past performance for CREW systems 2) Approach for providing spares, DLRPs, packing and shipping, support and test equipment for the THOR III system 3) Past and current relevant performance information with respect to spares, DLRPs, packing and shipping, support and test equipment for the THOR III system 4) Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information Responses: Interested firms who believe they are capable of providing the above mentioned items and that possess a required SECRET clearance, are invited to indicate their interest by providing: a) Company name, company address, overnight delivery address (if different from mailing address), Cage Code, point of contact, e-mail address, telephone number, fax number; b) Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc...) c) Affirmation of cleared personnel All responses shall be unclassified. In order to receive classified or For Official Use Only information, interested parties must provide the following information to the Interactive Business Opportunities Page (IBOP): Company Name: Company Cage Code: Corporate Mailing Address: Classified Mailing Address: Security Office Information: Name/Title: Email: Phone: All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. The closing date for this RFI is 7 January 2011. The Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or any subsequent exchange of information. 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. The TPOC for this effort is Matthew Rasmussen. He can be contacted at 732-532-4775 (office)/732-829-4053 (Blackberry) or via e-mail at matthew.k.rasmussen@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d7b7c134c7c22c93f7d25711815bc7a1)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN02351413-W 20101230/101228233836-d7b7c134c7c22c93f7d25711815bc7a1 (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.