Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
MODIFICATION

99 -- Revised Synopsis for the Counterfire Target Acquisition Radar Full Rate Production (FRP)

Notice Date
4/1/2011
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-11-R-T201
 
Response Due
6/1/2011
 
Archive Date
7/31/2011
 
Point of Contact
Joshua Harvey, 443-861-4893
 
E-Mail Address
ACC-APG (C4ISR)
(joshua.harvey10@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Counterfire Target Acquisition Radar Full Rate Production (FRP) Synopsis The United States Army, Army Contracting Command (ACC) APG-C4ISR, Aberdeen Maryland, 21005 intends to procure EQ-36 Radar systems that will serve to be the Army's replacement for the AN/TPQ-36 and 37 radars. This procurement will meet TRADOC requirements in the Capability Production Document (CPD) dated 11 June 2010.The enhanced capabilities of this radar will provide the Warfighter with continuous and responsive counter-battery target acquisition for all types and phases of military operations. It will detect projectiles in-flight, as well as determine and communicate the firing point location of mortars, artillery, and rockets. It will be deployable and capable of operation in varying terrain and climatic conditions. The system shall provide 360 degree azimuth coverage against all threats at increased ranges, enhanced human machine interface, ease of programmability, and built-in capacity for growth. It also will accurately locate and classify hostile weapon locations at greater ranges and coverage patterns to permit more effective detection and counter-battery. The Contracting Officer, Army Contracting Command, APG, MD, is posting this formal announcement of a pending competitive Request for Proposal (RFP). The resultant contract will be Firm Fixed Price (FFP)/ with range quantities for systems and spares. In addition, engineering support and related services will be solicited in this RFP on a Cost Plus Fixed Fee (CPFF) basis. The total anticipated value of the contract is approximately $940M. The basic contract is planned to procure 16 Low Rate Initial Production (LRIP) systems and spares in FY-11 to support Development Test 1/ Limited User Test (DT1/LUT and Development Test 2 and Initial Operational Test & Evaluation (DT2/IOT&E) as well as user fieldings. DT1 must be completed to support entrance into LUT NLT 21 Months after contract award. DT2 must be completed to support entrance into IOT&E NLT 33 Months after contract award. In order to establish an initial production base for the system, and permit orderly ramp up to the full production rate, a second LRIP option is planned to procure 23 systems and spares. An option for an initial year of Full Rate Production (FRP) to procure 32 additional systems is planned to complete the total production quantity to be procured under this contract. Training will also be acquired on a FFP basis. Contract award will be made based on the best value proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the four (4) evaluation factors: Technical, Performance Risk, Cost/Price, and Small Business Participation Plan. The Source Selection will include a Live Ammunition System Demonstration (LASD). The LASD will encompass the following scenarios of live ammunition system demonstration in both 90 degree and 360 degree mode for rockets, artillery and mortars: launch point location, hostile impact location, friendly fire registration, volley fire, simultaneous fire, and single weapon fire. Additionally, demonstrations will be held for false weapon locations in 90 degree and 360 degree mode. Interoperability will also be demonstrated. Data will be collected and Subject Matter Expert (SME) survey information will be collected to assess areas such as System Safety, Maintainability, Emplacement/Displacement and Human Factors areas in relation to requirements in the Performance Specification. LASD demonstrations are currently expected to start on or about 8 July 2011. This notice is to inform Industry of a forthcoming Request for Proposal, Solicitation Number W15P7T-11-R-T201 is assigned for reference purposes. The U.S. Army Contracting Command (ACC) APG-C4ISR has established the IBOP website as part of the Army's Single Face to Industry, to allow electronic posting of Request for Proposals (RFP) from ACC APG-C4ISR to Industry. All parties interested in doing business with ACC APG-C4ISR are invited to access, operate, send and receive information from the IBOP at https://abop.monmouth.army.mil. Please be advised that hard copies of the solicitation will not be made available; you must download the solicitation from the IBOP. The formal RFP is currently expected to be released in 3QFY11. Proposal responses will be due 45 days from the issuance of the RFP. You may access potential business opportunities by simply typing GUEST for the log-on ID and password. Registration for a user ID and password will only be necessary when you are considering the submission of proposals through the IBOP. Please contact the IBOP Help Desk, at (443) 861-5013 for any technical assistance. Questions and/or concerns regarding this synopsis shall be directed to Mr. Ryan McWilliams, Contract Specialist, via phone (443) 861-4899 or email ryan.t.mcwilliams@us.army.mil. The Contracting Officer for this acquisition is Mr. Larry Holton, via email Larry.Holton@us.army.mil. Contracting Office Address: U.S. Army Contracting Command APG-C4ISR Attn: Larry Holton, Contracting Officer Bldg 6001, Room C2-120 - POD 20 Aberdeen Proving Ground, MD 21005 Place of Performance: TBD 00000 US Point of Contact(s): Ryan McWilliams, (443) 861-4899
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f7da3e07d64cc78034aa1e34b2e71e78)
 
Place of Performance
Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02415763-W 20110403/110401235131-f7da3e07d64cc78034aa1e34b2e71e78 (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.