Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
SOURCES SOUGHT

58 -- USMC Ground/Air Task-Oriented Radar Program Sources Sought Request For Information

Notice Date
3/31/2011
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785411I0214
 
Response Due
5/2/2011
 
Archive Date
6/2/2011
 
Point of Contact
Howard Girvin, Contract Specialist
 
E-Mail Address
.Girvin@usmc.mil<br
 
Small Business Set-Aside
N/A
 
Description
RFI Number: M67854-11-I-0214 Notice Type: Sources Sought Date: 31 March 2011 NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This Request for Information (RFI) is for planning and informational purposes only and shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. 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 RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. 1.0 Introduction: The G/ATOR Program is currently a Special Interest Acquisition Category II program with an evolutionary acquisition strategy. Increment I, Air Defense/Surveillance Radar (AD/SR) provides capabilities in the Short Range Air Defense (SHORAD) and Air Surveillance mission areas. Increment II, Ground Weapons Locating Radar (GWLR) will address the Marine Expeditionary Force (MEF) Counterfire Targeting missions. Increment III, Enhanced Air Defense/Surveillance Radar (EAD/SR) will provide technical enhancements of the air missions; and Increment IV, Expeditionary Airport Surveillance Radar (EASR), will address Air Traffic Control (ATC) missions. G/ATOR provides real-time radar measurement data to Tactical Air Operations Center (TAOC), Common Aviation Command and Control System (CAC2S), Composite Tracking Network (CTN), and Advanced Field Artillery Tactical Data System (AFATDS). G/ATOR satisfies warfighter's expeditionary needs across the Marine Air Ground Task Force (MAGTF) spectrum replacing five legacy systems with a single MAGTF solution. Increment III has been deferred and the time line for implementation will be determined at a later date. 1.1 Purpose: This RFI constitutes market research in accordance with Federal Acquisition Regulation (FAR) Part 10 and is not a Request for Proposal (RFP). The Marine Corps Systems Command is issuing this RFI, as part of the G/ATOR program, to assess industry's capability for the LRIP phase to include eight (8) Low Rate Initial Production (LRIP) units, Initial Operating Spares for LRIP units, spares to support Development Test (DT) and Initial Operating Test and Evaluation (IOT&E), adhoc Engineering Support Services, as needed, Engineering and Logistics Test Support, and Logistics Planning in support of Government DT and IOT&E. 1.2 Objective: Data submitted in response to this RFI will be used to assess the marketplace environment for providing the USMC with eight (8) G/ATOR systems and other test support as listed in paragraph 1.1 necessary to meet operational testing requirements. Presently, USMC has a contract option for obtaining two LRIP G/ATOR systems for the System Design and Development contract; however, there is a need for six (6) additional LRIP units. 2.0 Background: The G/ATOR performance Specification/Engineering and Manufacturing Development phase, including Increment I development, is currently being performed under contract in accordance with the Attachment 1 Government System Design and Development performance specification. This contract requires the contractor to develop a hardware solution such that no equipment modifications are required to support implementation of follow on increments capabilities. Upgrading the G/ATOR system to add Increment II (GWLR) and IV (EASR) capabilities is planned to be accomplished in the future with the development of mission specific software integrated into the hardware and common radar operations system software. The acquisition strategy for future increments is in development and there is no information available to industry at this time. 2.1.1 Increment I Operational Concept: As a lightweight, highly mobile, rapidly deployable, and expeditionary Marine Corps ACE asset, Increment I (AD/SR) is the baseline system for the Marine Corps short and medium range radar requirement. Increment I (AD/SR) is a key component of the Marine Corps Aviation Command and Control (C2) System of Systems (SoS) being developed to support Expeditionary Maneuver From the Sea in joint, MAGTF and coalition environments. Increment I (AD/SR) provides MAGTF commanders with a highly reliable and maintainable battlespace sensor designed to protect the force from short to medium-range threats by complementing the AN/TPS-59 Long Range Radar. Increment I s (AD/SR s) multi-mission capability allows the MAGTF commander to selectively shape air defense zones that join maritime air defense and surveillance areas, reducing vulnerability gaps in the landward sector for naval forces operating in the world s littoral regions. 2.1.2 Increment II Operational Concept: The Increment II (GWLR) will acquire threat indirect fire systems at greater range as well as provide greater accuracy, classification and deployability to fully support MAGTF counterfire and counter battery missions. The principal functions of the system will be to detect, track, classify, and accurately determine the origin of enemy projectiles. The Increment II (GWLR) primary mission is to locate enemy rocket, mortar, and artillery weapons and provide acquired enemy locations in a timely manner for counterfire and intelligence purposes. The Increment II (GWLR) secondary mission is to adjust and/or register the fires of friendly artillery units. The system will be forward deployed and, depending on the tactical situation, may be employed in any size MAGTF, ranging from Marine Expeditionary Unit (MEU) to the MEF level. 2.1.3 Increment IV Operational Concept: Increment IV (EASR) enhancements will improve G/ATOR s overall performance in the areas of Federal Aviation Administration interoperability by allowing EASR facilities to safely and expeditiously move aircraft to and from military and civil airfields and associated airspace. The system's EASR capabilities will meet Federal Aviation Administration standards/requirements for air traffic control systems to include flight inspection, check and certification. It will incorporate weather detection capability for near real time advisories for aircrews to increase flight safety and will contain a dual frequency obstruction light visible to aircrew capable of visible red and infrared operation. Lastly, it will employ a contingency mode which will allow the Increment IV (EASR) to operate independent of the MAGTF C2 node. 2.3 Description of Proposed System: G/ATOR consists of three configuration items (i.e. the Radar Equipment Group (REG), the Communications Equipment Group (CEG) and the Power Equipment Group (PEG) with a Pallet Assembly) along with the basic radar operation and the mission-unique software. The REG and its transporter are designed as an integral towed package. The CEG and PEG are mounted on existing Government Furnished Equipment (GFE) vehicles. The current configuration utilizes one MK25 Medium Tactical Vehicle Replacement (MTVR) and one M1152 High Mobility Multipurpose Wheeled Vehicle (HMMWV). Additionally, one Mobile Electric Power (MEP) 806B 60KW generator is provided as GFE. The G/ATOR with GFE vehicles will be employed within the Marine Air Ground Task Force (MAGTF) and tactically moved by driving from one location to another. In addition to tactical movement, the G/ATOR can be configured for transport via MAGTF organic aviation assets such as: C-130, MV-22 or CH-53 or configured for commercial transport via tractor-trailer or rail assets. The software consists of two components; basic radar operations software, common to all increments; and mission software, unique to each of the G/ATOR missions. 2.4 Key Notional Events: The first LRIP unit will need to be completed and available for Government developmental testing in the third quarter of FY2015, with all eight (8) LRIPs delivered by the third quarter of FY 2017. The program schedule is success oriented in that it assumes a successful MS C decision in third quarter FY2013 and Increment I Initial Operational Test and Evaluation (IOT&E) in the second quarter FY16. The successful IOT&E will allow for the start of Full Rate Production (FRP) in a timeframe conducive with meeting Initial Operational Capability (IOC) for all increments by fourth quarter FY2018. Additionally, a Physical Configuration Audit (PCA) and delivery of a Technical Data Package (TDP) will be required no later than third quarter FY 2016 to support a Full Rate Production Decision. 2.5 Design, Test and Manufacturing Data: Northrop Grumman was competitively awarded the G/ATOR Increment I System Development and Demonstration contract in March 2007 with options for two LRIPs and up to 15 additional units towards full rate production. Northrop Grumman has developed the Government and contractor owned EDM. As such, they are responsible for the design, development, fabrication, and developmental testing of the Increment I hardware and software and will perform all aspects of system integration. At this stage of the acquisition, Northrop Grumman retains a substantial amount of the data rights for the engineering and design data. Some of the data is proprietary and not releasable. Northrop Grumman is not required to submit production baseline configuration data to the Government until after the Physical Configuration Audit (PCA). The Northrop Grumman PCA is scheduled to occur in FY 2016. Consequently, no design drawings, build to print specifications, quality assurance data, software code, test data, and limited production tooling are available. 3.0 Requested Information: Respondents who are interested are requested to provide information that identifies their capability and ability to: 1) produce the LRIP phase as described in paragraph 1.1 above, 2) certify (through testing), 3) meet the Government s delivery schedule and 4) support eight (8) LRIP units that are fully capable of meeting the performance requirements identified in Attachment 1 and meeting the key notional events as set forth in paragraph 2.3 above. Note: The attachment has a security classification of For Official Use Only (FOUO). Contractors may submit email requests for copies of the attachment to Howard Girvin (Howard.Girvin@usmc.mil), Contract Specialist, 2200 Lester Street, Bldg 2204, Quantico, VA. 22134-6050; phone (703) 432-3167. Contractors must include a US Postal physical mailing address (no P.O. Boxes) and current and valid CAGE code for security verification of an active facility clearance. Copies of the attachment will be sent via US Postal Service. Additionally, responses to any industry questions that include any information classified as FOUO will also be sent via US Postal Service. 3.1 Company Capabilities Statement (page limitation 20 pages): It is requested that interested businesses submit to the Contracting Officer a brief capabilities statement addressing the following: 3.1.1 Company Profile: Respondents are requested to provide the company name; company address; company business size; point-of-contact (POC) name, phone number, fax number, and e-mail address; and company profile to include number of employees, annual revenue history, annual financial report, office location (s), Data Universal Number System (DUNS) number, and business classification (i.e., large, foreign, small disadvantaged, veteran owned, minority owned, etc). 3.1.2 Manufacturing Plan: Respondents are requested to provide their LRIP manufacturing plan identifying the approach for effective fabrication of the product design addressing special tools, assembly, critical processes, fabrication, manpower loading, subcontractor and vendor delivery schedules, and data, material and equipment required from the Government to effectively meet the design and performance requirements. Furthermore respondents are requested to describe the advanced technology in manufacturing techniques, processes and work systems planned for the next five years that would enhance the production of the G/ATOR systems and reduce cost. 3.1.3 Quality Manufacturing Process: Respondents are requested to provide their plan for qualifying their LRIP manufacturing process to confirm the adequacy of the production planning, tool design, manufacturing process, and procedures. Respondents are requested to address their approach for reconciling variations between the developer s production engineering approach and the respondent s production engineering approach. 3.1.4 Defect Control: Respondents are requested to provide a description of their program to be used to minimize and mitigate high defect rates in the their LRIP manufacturing process to minimize costs increases due to higher rework and scrap costs. 3.1.5 Subcontractor Control: Respondents are requested to provide their approach for use and engagement of subcontractors in the manufacture and assembly of the LRIP units The response should address their organization for managing subcontractors, plans for on-site evaluation of subcontractors, methods for ensuring visibility into subcontractor activities, and plans for program/ production readiness reviews, and vendor audits. 3.1.6 Piecepart Control: Respondents are requested to provide their plan for piece part control during the manufacture and assembly of the LRIP units to include provisions for screening of parts (especially mechanical and electrical components, as well as electronic devices), to ensure proper identification and use of standard items already in the Military Service logistics system. 3.1.7 Tool Design: Respondents are requested to provide a detailed tooling plan defining the types and quantities of "hard" or "soft" tooling for each LRIP manufacturing step. The plan should address tool configuration management and calibration and risk reduction measures for mitigating the lack of information between respondent s tool design engineers and manufacturing engineers and developer s tool designers during development. 3.1.8 Item Unique Identification: Respondents are requested to provide their plan for implementation of IUID under the policy of Defense Federal Acquisition Regulation Supplement (DFARS) 211.274.1 through 211.274.4 and the provisions of DFARS Clause 252.211-7003. New and/or refurbished major end items, assemblies, subassemblies, and capital equipment will be assigned a Unique Identification Identifier (UII) before delivery of the items to DoD. 3.1.9 Special Test Equipment: Respondents are requested to provide a Special Test Equipment (STE) plan for supporting the LRIP manufacturing process that tests each LRIP component (or final product) for performance after it has completed in-process tests and inspections, final assembly, and final visual inspection. 3.1.10 Computer-Aided Manufacturing (CAM): Respondents are requested to identify how they will develop qualified LRIP design "drawing packages" (including drawings related material and process specifications), or CAM data without a common data base between the development contractor and the respondent. 3.1.11 Manufacturing Screening: Respondents are requested to the describe the manner and degree to which they will utilize Environmental Stress Screening (ESS) in the LRIP manufacturing process for stimulating parts and workmanship defects in electronic assemblies and units to ensure that the electronics hardware performs on demand to ensure that possible part type and vendor problems are discovered early. 3.1.12Risk: Respondents are requested to provide their plan for risk mitigation of the absence of the communication between the respondent s production/manufacturing engineering and the developer of the Engineering Development Model (EDM) during the design process. 3.2 Schedule Assessment: It is requested that interested businesses submit a risk assessment of the probability of meeting the key notional event dates with fully integrated, operational LRIP units meeting all Increments capabilities in accordance with the Attachment 1. 3.3 Estimated Cost: Respondents are requested to provide an estimated cost broken out for the following items: (1) the manufacture of eight (8) LRIPs, (2) eight (8) lots of initial operating spares (sufficient to support LRIP units for three years), (3) spares for DT and IOT&E, (4) adhoc Engineering Support Services and Support, as needed, (5) Engineering and Logistics Test Support, and (6) Logistics Planning. 4.0 Responses: 4.1 Response Format: Interested businesses which believe they are capable of providing eight (8) LRIP units in accordance with the Attachment 1 capability are invited to express their interest by responding to this RFI in one volume with two separate sections titled "Company Capabilities Statement" and "Schedule Assessment in Microsoft Word for Office 2003-compatible format. 4.2 Proprietary Markings: Please be advised that any proprietary information must be marked as such on a page-by-page basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on a page-by-page basis. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary. 4.3 Submission Requirements: Responses shall be submitted electronically via e-mail to Howard Girvin, Contract Specialist (Howard.Girvin@usmc.mil). All submissions received will not be returned. Telephone replies will not be accepted. The response package may be sent by mail to MARCORSYSCOM, Contracts CT02, Jennifer Sellers, Contracting Officer, 2200 Lester Street, Building 2204, Quantico, VA. 22134-6050. All responses must include the following information: Company Name; Company Address; Company Business Size; CAGE Code, and POC name, phone number, fax number, and e-mail address. As previously stated, submissions received will not be returned and telephone replies will not be accepted. 4.4 Questions: Questions or comments regarding this notice may be addressed to Howard Girvin, Contract Specialist (Howard.Girvin@usmc.mil) by email only. No questions will be accepted after 15 April 2011 at 1400 Eastern Time. The Government intends to respond to as many questions as possible and will respond to questions via amendment posted to FedBizOpps so that all interested parties will benefit from the same information. It is industries responsibility to monitor the site for the release of any amendment to this announcement. However, if some of the answers to industry's questions include FOUO classified information, only vendors who have provided the Government with their US Postal mailing address and valid CAGE code will be provided this information via US Postal Service. 4.5 Response Deadline and Submissions: Responses are requested no later than 2 May 2011 at 1600 Eastern Time. 4.6 Contracting Office Address: M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA Points of Contact(s): Howard Girvin, Contract Specialist 703-432-3167 Howard.Girvin@usmc.mil Jennifer L. Sellers, Contracting Officer 703-432-5077 jennifer.sellers@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785411I0214/listing.html)
 
Record
SN02413814-W 20110402/110331234340-3a3c1e9f696f4a7dda43409a31ae96fa (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.