Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2013 FBO #4368
SOURCES SOUGHT

58 -- Request for Information (RFI)/Sources Sought Announcement (SSA) for up to 13 Low Rate Production (LRIP) AN/TPQ-53 Radar Systems

Notice Date
11/7/2013
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-12-C-C015
 
Response Due
11/22/2013
 
Archive Date
1/6/2014
 
Point of Contact
Marc Concilio, 443-861-4790
 
E-Mail Address
ACC-APG - Aberdeen Division B
(marc.a.concilio.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Synopsis. This RFI/SSA is being issued to obtain information from interested sources regarding their ability to produce up to 13 LRIP AN/TPQ-53 Radar Systems that satisfy the technical performance requirements of the Low Rate Initial Production (LRIP)/Full Rate Production (FRP) Final Baseline Specification (FBS) for the AN/TPQ-53 Radar System (document number 77A582901) (herein referred to as the AN/TPQ-53 Performance Specification [77A582901]) provided upon request to this RFI/SSA. See paragraph 4, Description of Contract Action, for details. This RFI/SSA is being issued to accomplish market research. The Government does not intend to award a contract on the basis of this RFI/SSA, or to otherwise pay for the information requested. This RFI/SSA shall not be considered as an invitation for bid, request for quotation, or request for proposal. It shall not be used as the basis for a proposal. 2. Program Overview. The AN/TPQ-53 Radar System will serve as the Army's replacement for the AN/TPQ-36 and AN/TPQ-37 Radar Systems. The AN/TPQ-53 Radar System shall satisfy known current and future force concept requirements by interfacing with the global information grid and future force battle command systems. The AN/TPQ-53 Radar System will provide the Warfighter with continuous and responsive counter-battery target acquisition for all types and phases of military operations. The AN/TPQ-53 Radar System is a highly mobile radar that will detect projectiles in-flight, as well as determine and communicate the firing point location of rockets, artillery and mortars (RAM). It will be deployable and capable of operation in varying terrain and climatic conditions. The system shall provide both 90 and 360 degree azimuth detection coverage against all threats at increased ranges, enhanced human machine interface, ease of programmability, and built-in capacity for growth. The AN/TPQ-53 will accurately locate and classify hostile weapon locations at greater ranges and coverage patterns to permit more effective detection and counter-battery fires. Current and future forces have a critical and immediate need for a RAM locating system that provides 360 degree detection coverage to mitigate capability gaps in force protection and target detection. Brigade combat teams and fires brigades must quickly secure the operational area and the current counter fire systems introduce unnecessary risk to operations. 3. Procurement History. In 2006, the Government awarded a contract to Lockheed Martin following full and open competition. This contract provided for the design of the AN/TPQ-53 Radar System and the purchase of four non recurring engineering radars. Twelve additional radars were purchased under the same contract in response to a directed procurement in July 2008. The Army Acquisition Executive approved the acquisition of up to 20 radars, of which 17 were procured via letter contract in April 2010. Three additional radars were procured in August 2011. On 29 February 2012, the Government competitively awarded a firm fixed price contract for up to 67 AN/TPQ-53 production assets, of which 52 LRIP assets were procured. The table below provides contract information. Contract NumberAward DateContractorExtent Competed/Authority W15P7T-06-C-T00426 Sep 06Lockheed MartinFull and open competition W15P7T-06-C-T00425 Jul 08Lockheed MartinOption Award (FAR 17.2) W15P7T-06-C-T00412 Apr 10Lockheed MartinLetter Contract; award of 17 systems as part of an undefinitized contract action (UCA) (FAR 16.302-1) W15P7T-06-C-T00411 Aug 11Lockheed MartinUCA Definitization; award of 3 systems (FAR 16.302-1) W15P7T-12-C-C01529 Feb 12Lockheed MartinFull and open competition W15P7T-12-C-C01529 Feb 12Lockheed MartinOption Award (FAR 17.2) W15P7T-12-C-C01526 Jun 13Lockheed MartinOption Award (FAR 17.2) 4. Description of Contract Action. The Government anticipates this effort will be performed on a Firm Fixed Price (FFP) basis. The period of performance (PoP) for this effort is up to 36 months. This effort will require the production of up to 13 LRIP AN/TPQ-53 Radar Systems, acceptance testing and program management support. The systems shall meet the latest LRIP configuration and the requirements of the AN/TPQ-53 Performance Specification (77A582901), provided as an attachment to this RFI/SSA. The AN/TPQ-53 Radar Systems produced under this contract must be identical to the AN/TPQ-53 LRIP configuration at the time of contract award, and meet all requirements of the AN/TPQ-53 Performance Specification (77A582901). Product Manager Radars does not possess a technical data package (TDP) that will support production and integration of the AN/TPQ-53 Radar System. The fit, form and function data procured under AN/TPQ-53 contract W15P7T-12-C-C015 was procured to facilitate transition of lifecycle support to organic sources, and to accomplish component breakout for future competitive spares procurement. The Government will not take delivery of this TDP until Fiscal Year (FY) 2016. Government acceptance testing will demonstrate that each system is fully compliant with the AN/TPQ-53 Performance Specification (77A582901). Major tests to be conducted include production acceptance testing (PAT) and system acceptance testing (SAT), which includes in-plant acceptance testing and on-site/destination acceptance testing of each delivered system/equipment. Operational test activities, including a limited user test and initial operational test and evaluation, would also be required. Contractor performance testing (CPT) will be performed at Yuma Proving Ground, AZ. The contractor shall develop and maintain product data for each AN/TPQ-53 Radar Systems produced. The product data encompasses all the information necessary for a complete definition of each configuration item in each product baseline and for accomplishing engineering analysis, manufacturing, and integrated logistics support. The contractor shall support a functional configuration audit and physical configuration audit. The following items will be provided as Government furnished information (GFI). On completion of acceptance testing, the contractor shall deliver the AN/TPQ-53 Radar Systems with the following over packed in each delivered Communications Subsystem (CS) VPC-95 shelter: a.Two hard copies of Technical Manual (TM) 11-5840-390-10, Operator's Manual for Counter fire Target Acquisition Radar, AN/TPQ-53, Part Number (P/N) 77A580320G2, National Stock Number (NSN): 5840-01-601-7155 b.Two hard copies of TM 11-5840-390-23&P, Field Maintenance Manual Including Repair Parts And Special Tools List For Counter Fire Target Acquisition Radar, AN/TPQ-53, P/N 77A580320G2, NSN: 5840-01-601-7155 c.Two Interactive Electronic Technical Publications (IETP) on Compact Disc (CD), (one for each system remote controlled display unit [RDCU]) d.Two hard copies of all commercial off the shelf (COTS) manuals required for operation and maintenance support for the commercial components within the end item e.The Interactive Computer Based Training (ICBT) digital video disk (DVD) f.On board spares in standard packing materials or transit cases. g.Current software version loaded on the two RCDU Miltope computers provided with the system. h.All system specific GFE 4. Response Requirements. All responses to this RFI/SSA should include the following information: a. State whether the firm is interested in participating as the prime contractor or as a subcontractor. Companies that intend to be a prime contractor should clearly articulate the technology, design and production capabilities that will be used to meet the specified requirements. Any small business interested in participating as the prime contractor should clearly articulate the ability to satisfy the requirements of Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting. b. Summarize relevant experience with radar technologies. Identify any systems in development, systems planned for development, or fielded systems that may be used or leveraged to satisfy the requirements of the AN/TPQ-53 Radar System. c. Assess the risk associated with meeting AN/TPQ-53 Performance Specification requirements. If your firm does not currently have the capability to meet Performance Specification requirements, specifically identify what would be required to achieve the capability. Outline the strategy to evolve technologies and prove out system performance requirements, and the impact to the production schedule. d. Describe production and manufacturing capabilities. Identify the length of time after contract award that production representative systems will be available for acceptance testing. Identify the minimum, maximum and optimal monthly production rate for the proposed system. Identify the lead time required to achieve each of these production rates. e. Identify major cost drivers for the system. f.Provide a milestone schedule for accomplishing the effort. g.Outline innovative lifecycle sustainment strategies, and recommendations for reducing sustainment cost for both hardware and software. h.Identify efficiencies that you believe could be implemented to reduce acquisition costs, while maintaining quality and meeting performance specification requirements. i. Identify potential partner/teaming arrangements or joint ventures that may be pursued to meet AN/TPQ-53 radar requirements. j.At a minimum, identify the assumptions on which the response is predicated, including any GFE, GFI or Government support anticipated. Identify any plans for reuse, or dependency on any other awarded contract. k.Provide any other relevant information regarding the firm's ability to satisfy the requirements of this effort. 5. Additional Information. All response submissions should include a cover page with the following information: a.Company name b.Address c.Point of contacts, including names, email addresses, and phone numbers d. Identification of business size, i.e. U.S. large or small business in relation to North American Industry Classification System Code 334511-Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. Small businesses must identify any applicable socio-economic categories such as small disadvantaged business, service-disabled veteran-owned small business, 8(a), woman owned small business, etc. Company information will be verified via the System for Award Management (SAM) data base. Responses to this RFI/SSA must be unclassified, and must not exceed 15 pages in length (includes cover page, and table of contents). Double sided printed pages will be counted as two pages. Responses must be provided on 8.5 x 11 inch paper, double spaced in Arial font, no smaller than 10 point, and one inch margins. Each page of the submission shall contain the document identifier in the document header. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint. Information may be provided through mail or via e-mail. Respondents shall ensure labeling of information contained as proprietary. Supplementary product brochures with product specifications are authorized as attachments and are not included in the page limitation requirement. Supplementary product brochures shall be labeled as attachments and listed on the cover page as such. All interested firms are encouraged to respond to this notice by providing the information specified herein, on or before 1700 hours on 22 November 2013. Telephone or email requests for additional information will not be honored. Any unclassified questions regarding this RFI/SSA may be posted to Federal Business Opportunities. All documentation submitted shall become the property of the Government. The Government reserves the right to utilize and share with industry any information suggested, unless information is identified with proprietary or business sensitive markings and unique to your company. 6. Contracting Office Address: U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Attention: CCAP-CCC (Mr. Marc Concilio, Contracting Officer) Aberdeen Proving Ground, MD 21005 7. Place of Performance: TBD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0e000214e572540bff242c9cceeb09c4)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN03230718-W 20131109/131107234553-0e000214e572540bff242c9cceeb09c4 (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.