Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2011 FBO #3389
SOURCES SOUGHT

59 -- Next Generation Automated Test System

Notice Date
3/4/2011
 
Notice Type
Sources Sought
 
Contracting Office
US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-11-X-E007
 
Response Due
4/4/2011
 
Archive Date
5/4/2011
 
Point of Contact
Megan Boyle, Contract Specialist, (973)724-7676
 
E-Mail Address
Megan Boyle
(megan.boyle@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command-Picatinny is issuing this Sources SoughtNotice on behalf of the Product Director Test Measurement and DiagnosticEquipment (PD TMDE). The US Army is conducting a market survey to identifyinterested contractors capable of producing an automated test system with thecapability to support current and future Army systems utilizing the existingtest program set hardware and software. The produced Automated Test Equipment(ATE) system, herein referred to as Next Generation Automated Test System(NGATS), will replace existing ATE systems and as such will maintain thecapabilities of the existing mainframe Direct Support Electric System Test Set(DSESTS), Integrated Family of Testers (IFTE) Base Shop test Facility Version3 (BSTF(V)3) and BSTF (V)5 off platform test stations. This announcement constitutes a sources sought notice for qualified venders.This notice is issued solely for information and planning purposes it doesnot constitute a Request for Proposal (RFP) or a promise to issue an RFP inthe future. This request for information does not commit the Government tocontract for any supply or service whatsoever. Further, the Army is not atthis time seeking proposals and will not accept unsolicited proposals.Respondees are advised that the U.S. Government will not pay for anyinformation or administrative costs incurred in response to this notice; allcosts associated with responding to this notice will be solely at theinterested partys expense. Not responding to this notice does not precludeparticipation in any future RFP, if any is issued. If a solicitation isreleased, it will be synopsized on the Federal Business Opportunities(FedBizOpps) website. It is the responsibility of the potential offerors tomonitor these sites for additional information pertaining to this requirement. General Description: IFTE is a common family of Automatic Test Equipment (ATE)for automated Army ground vehicle, aviation, and missile system testing atsustainment and depot level maintenance sites both in theater and out. NGATSis the latest off platform test station of the IFTE family. Legacy Army ATEsystems are approaching the end of their useful service life and will bereplaced with NGATS. With the replacement of legacy mainframe Army ATE,reutilization of approximately existing 180 DSESTS Test Program Sets (TPSs) isrequired on NGATS while maintaining or improving fidelity of test, run-timesand performance. The offeror will be responsible for integrating allidentified TPSs and any TPS software processes and related tools required forDSESTS TPS migration to NGATS. The new test station shall be backwardlycompatible with all DSESTS, BSTF(V)3 and BSTF(V)5 station capabilities andinterfaces and shall retain all legacy characteristics in order to maintainlegacy DSESTS and IFTE TPS performance and while taking advantage of the fullrange of modern test station capabilities. The Government is in the process of defining its acquisition strategy toproduce and operationally field NGATS test stations to the warfighter toreplace existing mainframe ATE stations starting no later than FY13. A draftRFP is anticipated for issuance 1st QFY12 with a formal RFP expected to followduring 2nd QFY12. The contract type is anticipated to be Firm Fixed Pricedbased on full and open competition. The anticipated production quantitieswill be 150 NGATS. The production rate is anticipated to be 40 units per yearfrom FY13 thru FY17. The Government will not share any information received with any other partyoutside the Government with the exception of those Government ContractorSupport Services (CSS) personnel exclusively supporting the NGATS program andbound by Non-Disclosure Agreements on file with the Government. Feedback willnot be provided to any offerors and the Government PCO, at his solediscretion, may or may not incorporate suggestions into the final RFP package.Request submittal of written responses to this notice no later than 15 March2011. After Government evaluation of all submissions, the Government owned NextGeneration Automatic Test Specification will be made available to allrespondents deemed qualified by the Government. Qualified vendors will benotified by the Government. Due to the NGATS Specification being an ExportControlled document, it will be only available via written request. Allrequests for copies of this specification must contain a certified copy of aDD Form 2345, Military Critical Technical Data Agreement. To obtaincertification, qualified vendors must submit the completed DD Form 2345 to:U.S. Army Contracting Command Picatinny, Bldg. 10, Attn: Joseph J. Lewis,Picatinny Arsenal, NJ 07806-5000. ResponsesInterested parties are requested to respond to this notice with a white paper.White papers in Microsoft Word for Office 2003 compatible format are due nolater 15 March 2011, 4:30PM EST. Responses shall be limited to 10 pages andin electronic format. Submissions shall be made to [PCO]. Proprietaryinformation, if any, should be minimized and MUST BE CLEARLY MARKED. To aidthe Government, segregate proprietary information. Be advised that allsubmissions become Government property and will not be returned. If anyrespondee does not currently have a Proprietary Data Protection Agreement(PDPA) that would permit the PD TMDE support contractor listed below to reviewand evaluate white papers submitted in response to this notice, the respondeeis requested to sign PDPAs with these PD TMDE support contractors for thispurpose. A sample PDPA will be made available upon request. The following isa list of support contractors. Company:UTRS950 N. Kings Hwy. Suite 208Cherry Hill, NJ 08034Phone: 856-667-6770Section 1 of the white paper shall provide administrative information, andshall include the following as a minimum:Name, mailing address, overnight delivery address (if different from mailingaddress), phone number, fax number, and e-mail of designated point of contact.Recommended contracting strategy.Either 1) copies of executed non-disclosure agreements (NDAs) with thecontractors supporting PD TMDE in technical evaluations or 2) a statement thatthe respondee will not allow the Government to release its proprietary data tothe Government support contractors. In the absence of either of theforegoing, the Government will assume that the respondee does NOT agree to therelease of its submission to Government support contractors. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business,service-disabled veteran-owned small business) based upon North AmericanIndustry Classification System (NAICS) code 334515, Instrument Manufacturingfor Measuring and Testing Electricity and Electrical Signals and the facilitysecurity clearance of the offeror. The number of pages in Section 1 of the white paper shall not be included inthe 10-page limitation, i.e., the 10-page limitation applies only to Section 2of the white paper. Any questions about this notice should be in writing and sent to theContracting Officer either by email joseph.lewis6@us.army.milor via letter tothe following address: U.S. Army Contracting Command Picatinny, Bldg. 10,Attn: Joseph J. Lewis, Picatinny Arsenal, NJ 07806-5000Important Information: Information provided herein is subject to change and inno way binds the Government to solicit for or award a contract. If asolicitation is released it will be synopsized in FedBizOpps athttp://www.fedbizopps.gov. The point of contact is: Joseph J. Lewis, Contracting Officer, U.S. ArmyContracting Command Picatinny, Bldg. 10, Picatinny Arsenal, NJ 07806-5000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c0ccbb0afe718a139e714e37d4ba9dab)
 
Record
SN02394184-W 20110306/110304234656-c0ccbb0afe718a139e714e37d4ba9dab (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.