Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOURCES SOUGHT

58 -- Extension Of Ordering Period for FIREFINDER RADAR IDIQ W15P7T-13-D-C104

Notice Date
2/26/2016
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-13-D-C104
 
Archive Date
3/26/2016
 
Point of Contact
Anthony J. Rasa, Phone: 4438615390, Nicole Cantave,
 
E-Mail Address
anthony.j.rasa.civ@mail.mil, Nicole.Cantave.civ@mail.mil
(anthony.j.rasa.civ@mail.mil, Nicole.Cantave.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Synopsis. This Request for Information (RFI)/ Sources Sought Announcement (SSA) is issued to facilitate extension of ordering period on Contract W157PT-13-D-C104 by an additional two years from 19 July 2016 through 18 July 2018. This contract is an Indefinite Delivery Indefinite Quantity (IDIQ) which was awarded to the original system/equipment manufacturer, Thales-Raytheon Systems Company LLC, Cage Code: 1TDN2, formerly Raytheon Systems Corp. and prior to that Hughes Aircraft Systems, on a sole source basis. The contract includes requirements covering the different configurations of FIREFINDER Radars: AN/TPQ-36(V), AN/TPQ-37(V) and AN/TPQ-46 which is the Marine Corps equivalent of AN/TPQ-36(V). Original contract requirements consist of: Procurement, Test and Repair Services for Spare Parts or Secondary Items for systems' sustainment; Technical, Engineering, Logistics and Fielding Support Services for these various systems' configurations. All of which are all included as a package under this contract. In addition, Testing and Repair Services for Overhaul/Rebuild, RECAP, and RESET of these aforementioned systems if necessary are included under the scope. 2. Information provided in response to this RFI/SSA may be used in developing the United Stated Government (USG) Acquisition Strategy. The USG cannot guarantee award of a contract on the basis of this RFI/SSA OR to otherwise pay for information submitted in response to this RFI/SSA. Interested sources/parties responding to this RFI/SSA are responsible to adequately identify/label "Proprietary" and/or "Competitive Procurement Sensitive Information" included within their responses. 3. This action is required by Aberdeen Proving Ground Communications-Electronics Life Cycle Management Command, Intelligence Electronic Warfare & Sensors Directorate - Radars Division. Firm commitment to contract delivery schedule is critical. The USG cannot guarantee availability of an end item to supply as Government Furnished Property for qualification or necessary system level testing purposes. Although the USG is in possession of a Technical Drawing Package, there is no guarantee that it is fully adequate for production of all spare parts/secondary items and/or repairs, nor complete detailed performance specifications, performance and integration testing documentation for competitive procurement of these spare items are included and if included, the USG cannot guarantee that they are fully accurate. Be aware that some spare items will require End Item/System Level Test. Request for the listing of items on contract can be submitted to the Point of Contacts (POCs) listed below via a single email inquiry. Potential suppliers interested in satisfying the USG's requirements as a package must so indicate by submitting written response with interest along with requested supporting documentation via a single email to all identified POCs for this announcement. Response must include supporting documentation for production samples, item performance specifications and associated engineering and production drawings, final acceptance test procedures and test results, end item specification, and proof of ability to comply with USG's delivery schedule for each item on the list of NSNs on contract or similar items. In addition, potential sources must comply with the following requirements: a. Company name, Cage Code, Point of Contact(s) full name(s) (first, Initial, Last) with E-mail address, office and mobile telephone #s. b. Identification of contractor as a Large or Small Business and type (HUBZone, 8(a), Women-Owned, or Non-Disadvantage). c. Identify percentage of work that would be sub-contracted and percentage to be performed in-house for each NSN. d. Identify best estimated delivery schedule for production/manufacture, test and repair for each item. e. Identify location/place of performance. f. Past Performance for NSNs identified and/or similar NSNs and date of last manufacturing effort for these items and/or similar items; also provide USG contract number and associated Delivery and/or Task Orders if applicable. g. Provide information to demonstrate adequate production facility and resources (personnel and experiences from various functional areas, equipment, tooling, space, training, etc.) are available to successfully perform and satisfy the USG's requirements. h. Provide current quality standard certification and quality standard that would be in-place for potential contractual efforts. i. Moreover, interested sources/parties shall indicate willingness to provide a no cost commercial standard manufacturer's warranty, meaning at no additional cost beyond cost to manufacture, test and repair. And if so, indicate duration of minimum warranty period. 4. All inquiries and responses pertaining to this RFI/SSA shall be in writing only via emails noted below. Forward UNCLASSIFED responses/information referencing RFI/SSA posting number, preferably in soft-copy form only in either Microsoft® Word® and/or Microsoft PowerPoint® as "Read Only" file attachments, via a single E-mail to the following identified parties: Mr. Anthony Rasa, Contract Officer: Anthony.j.rasa.civ@mail.mil; Ms. Nicole Cantave, Engineer: Nicole.Cantave.civ@mail.mil Responses shall not exceed 10 pages in length to include cover page and table of contents if applicable. Note double sided printed pages will be counted as two pages, format to be 8.5 x 11 inch paper, Arial or Times New Roman font no smaller than 11 point with one inch margins. Each page shall contain the document identifier in relation to RFI/SSA number. Respondents shall ensure all "Proprietary" and/or "Procurement Sensitive/Confidential" information is labeled accordingly in header. Supplementary product brochures with product specifications are authorized as attachments and are not included in the page limitation requirement; they shall be labeled as attachments and listed on the cover page as such. The deadline for response is No Later Than (NLT) Close of Business, Eastern Standard Time, March 11, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5c256fdfca3d85525370a3bf61f4625b)
 
Record
SN04033231-W 20160228/160226235110-5c256fdfca3d85525370a3bf61f4625b (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.