Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SOURCES SOUGHT

C -- Obsolescence Engineering Services - Obsolescence Engineering Services

Notice Date
6/29/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGU) Division A, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGU-16_R-0727
 
Archive Date
8/6/2016
 
Point of Contact
James Mink, , Melissa A. Bettinger,
 
E-Mail Address
james.r.mink.civ@mail.mil, melissa.a.bettinger.civ@mail.mil
(james.r.mink.civ@mail.mil, melissa.a.bettinger.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Word doc RFI Sources Sought Obsolescence Engineering Services Request for Information THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the adequacy of potential small business sources. The U.S. Army Contracting Command (ACC) is issuing this sources sought synopsis as a means of conducting market research on behalf of United States Army Materiel Command (AMC) Communications-Electronics Command (CECOM) Industrial Base Advocate - Technical (Communications-Electronics Research, Development and Engineering Center (CERDEC)) and the CECOM Industrial Base Advocate - Logistics (Logistics Readiness Center (LRC)). This approach is being used to identify parties having an interest in, and the resources/capability to, support the potential procurement of obsolescence engineering services by CERDEC for the CECOM sustainment mission of a large and disparate portfolio of Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) systems. The potential obsolescence engineering services support may include, but is not limited to, on a non-recurring basis: technical obsolescence studies, product redesign and reverse engineering, identification of replacement (form, fit and function) parts, life time buy analysis and procurement, obsolescence investigation and analysis, design trade studies, prototyping, fabrication, integration, assembly, inspection, qualification testing, and technical documentation. Specific effort to be expended shall be defined in Task Orders (TOs). The intent of the Request for Information (RFI) is to gauge overall industry interest and capabilities. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses in any form are not offers and the Government is under no obligation to issue a solicitation or award a contract as a result of this announcement. The requested information is to assist the United States Army in conducting market research of industry to determine potential business sources who have the assets, skills, experience, qualifications/capabilities, and knowledge required to support the below requirement. This requirement is subject to change and the information provided below is for informational purposes only. The final requirement, if any, would be defined under a formal Request for Proposal and announced on FedBizOpps. AT THIS TIME, NO OFFICIAL SOLICITATION DOCUMENTS EXIST. This Sources Sought announcement is not a contract, is not a request for proposal, is not a promise to contract, nor a commitment of any kind. The US Government will not assume liability for costs incurred by any offeror for travel expenses, presentations, marketing efforts or data related to any data offered for examination. The purpose of this Sources Sought is to determine the availability and technical capability of vendors in the commercial sector, designated as small businesses (and the following socio-economic categories: HUBZone Small Business concerns, Section 8(a) Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns, and Woman-Owned Small Business concerns) who have the capability to provide obsolescence engineering services. REQUIREMENT: The United States AMC CECOM Industrial Base Advocate - Technical (CERDEC) and the CECOM Industrial Base Advocate - Logistics (LRC) are seeking firms capable of providing obsolescence engineering services to mitigate potential sustainment issues pertaining to obsolescence and Diminishing Manufacturing Sources and Material Shortages (DMSMS). Obsolescence/Diminishing Manufacturing Sources (DMS) is defined as occurring when an item is no longer actively being produced by the original manufacturer. An obsolete part is defined as a specific component/subcomponent that a viable supplier, at any tier, elects to no longer offer. The subject obsolescence engineering services support includes on a non-recurring basis: technical obsolescence studies, product redesign and reverse engineering, identification of replacement (form, fit and function) parts, life time buy analysis and procurement, obsolescence investigation and analysis, design trade studies, prototyping, fabrication, integration, assembly, inspection, qualification testing, and documentation. The scope of subject obsolescence engineering services support ranges from the assembly level down through the sub-assembly, circuit card assembly, and all the way down to the individual component level. The obsolescence engineering services requirement includes but is not limited to electronics, Commercial Off-The-Shelf (COTS) items, firmware, operating systems, and software. The CECOM sustainment mission entails the sustainment of a large and disparate portfolio of C4ISR systems encompassing many different technology domains. Technology domains range from and include communications, networking, radio frequency (RF), satellite communications, intelligence, surveillance and reconnaissance, sensors, power, etc... Any provider of obsolescence engineering services support to C4ISR community of practice must be capable of providing engineering support across all technology domains. The subject obsolescence engineering services requirement includes but is not limited to: 1. Electronics Within CECOM's large and disparate portfolio of C4ISR systems there is a wide array of types and complexities of electronics. Typical electronic obsolescence issues pertain to parts that are no longer offered by the original vendor and may include the complete spectrum of electronic components from CPUs, processors, DSPs, FPGAs, transceivers, memory chips, discreet analog and digital components, active and passive components, connectors and cabling etc... The complexity of circuit cards supported by the C4ISR community of practice range from single sided cards with low layer counts and limited design constraints/considerations up to dual sided cards with high layer counts, blind and buried vias, high speed digital signals, high speed analog signals, RF designs, mixed signal cards, EMI and MIL STD design constraints, etc... Obsolescence engineering services support of these electronic obsolescence issues can include conducting technical obsolescence studies to understand the scope of the obsolescence issue and possible resolutions, product redesign (to include Size, Weight, and Power (SWaP)) where applicable and when technical data is available or reverse engineering when technical data is not available, identification of replacement (form, fit and function) parts utilizing the original Printed Wiring Board (PWB), and life time buy analysis and procurement. Implementation of these obsolescence resolutions can require prototype design, fabrication, integration, assembly, inspection, qualification testing, and technical documentation. 2. Commercial Off-The-Shelf A number of the systems supported by the C4ISR community of practice either partially include or are entirely made up of COTS components. Obsolescence engineering services support of COTS obsolescence issues may include identification of replacement (form, fit and function) parts and redesign/integration support when identical form, fit and function parts aren't available. Implementation of these obsolescence resolutions may require procurement, integration, assembly, inspection, qualification testing, and documentation. 3. Firmware Nearly all of the systems supported by the C4ISR community of practice have firmware associated with them which must be sustained and supported for obsolescence. Obsolescence engineering services support of firmware obsolescence issues may include utilizing the latest commercially available firmware version or implementation of a new or updated firmware package. Implementation of these obsolescence resolutions may require procurement, configuration management, integration, qualification testing, and documentation. 4. Operating Systems Nearly all of the systems supported by the C4ISR community of practice have either one or multiple operating systems associated with them which must be sustained and supported for obsolescence. Obsolescence engineering services support of operating systems obsolescence issues may include utilizing the latest commercially available operating system or implementation of a new or modified custom build, such as a Linux Kernel. Implementation of these obsolescence resolutions may require procurement, configuration management, integration, qualification testing, and documentation. 5. Software Nearly all of the systems supported by the C4ISR community of practice have either one or multiple software images associated with them which must be sustained and supported for obsolescence. Obsolescence engineering services support of software obsolescence issues may include utilizing the latest commercially available software image or implementation of a new or modified custom software image (backward/forward software version(s) compatible, if applicable). Implementation of these obsolescence resolutions may require procurement, configuration management, integration, qualification testing, and documentation. C4ISR COMMUNITY OF PRACTICE OBSOLESCENCE EXAMPLES: The following list is a sample set of potential obsolescence issues within the C4ISR community of practice. This is not an exhaustive list and is only intended to identify representative examples to which obsolescence engineering support may be applied. For the purposes of this RFI no representative systems or technical data will be distributed or made available. 1. Interrogator Reply Processor (IRP) Circuit Card Assembly (CCA) for the TPX-57 (V)1 Interrogator; NSN 5998-01-590-5021 & NSN 5998-01-590-5012 The IRP CCA has an obsolete Xilinx Virtex II Pro FPGA requiring obsolescence engineering support services in order to develop and qualify a drop-in replacement CCA. No technical data is available for the IRP CCA. 2. Radio Frequency CCA for the RT-1523F SINCGARS; NSN 5998-01-455-9639 Several discrete active and passive electronic components have been identified as obsolete without alternatives requiring obsolescence engineering support services in order to redesign and qualify a replacement CCA. Technical data is available and the government has unlimited rights for the Radio Frequency CCA. 3. SAASM/Antenna Module for SMART-T; NSN 5825-01-529-2565 GPS software for the module is obsolete and will require a redesign, qualification, and updated technical manuals and documentation. No technical data is available for the SAASM/Antenna Module. 4. Advanced Video Processor CCA for the LRAS3/2GF; NSN 5998-01-530-3005 The Advanced Video Processor CCA has an obsolete Altera FPGA and a suitable replacement Xilinx FPGA has been identified requiring a redesign of the CCA, porting of the IP over from Altera to Xilinx, and qualification testing. INSTRUCTIONS: 1. Below are the descriptions of the C4ISR community of practice obsolescence engineering services support requirements survey. 2. If, after reviewing this document, you desire to participate in the market research, provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the U.S. Government being unable to adequately assess your capabilities. If you lack sufficient experience/capability in a particular area, please provide details explaining how you would overcome the lack of experience/capability in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Additionally, please state in your submittal if you intend to submit as the prime contractor or as a subcontractor (identify the prime contractor with whom you will subcontract). 3. Small businesses, pursuant to the size status for NAICS code 541330, Engineering Services, are encouraged to participate in this market research. Joint ventures or teaming arrangements are acceptable. 4. Questions relative to this Sources Sought should be submitted via email to Primary POC Name at james.r.mink.civ@mail.mil with a copy to Secondary POC Name at Melissa.a.bettinger.civ@mail.mil. CONTRACTOR SURVEY: Part I: Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: 1. Company/Institute Name: 2. Address: 3. Two Points of Contact: 4. CAGE Code: 5. Phone Number: 6. E-mail Address: 7. Web Page URL: 8. Size of business pursuant to North American Industry Classification System (NAICS) Code: 541330. 9. Based on the above NAICS Code, state whether your company is: a. Small Business (Yes / No) b. Woman Owned Small Business (Yes / No) c. Small Disadvantaged Business (Yes / No) d. Economically Disadvantaged Woman-Owned Small Business (Yes / No) e. 8(a) Certified (Yes / No) f. HUBZone Certified (Yes / No) g. Veteran-Owned Small Business (Yes / No) h. Service-Disabled Veteran-Owned Small Business (Yes / No) i. System for Award Management Registration (formerly CCR) registered? (Yes / No) 10. A statement as to whether your company is domestically owned or foreign owned or foreign controlled (if foreign, please indicate the country of ownership). Part II: General Capability Answers to the below inquiries will be evaluated to determine capability and the likelihood that requirements can be executed based on capability and the chosen approach of respondents. The evaluation will be assessed for risk and impact of cost, schedule and technical performance related matters that could occur depending on the management approach, current capability and needs to establish additional capability. 1. Please describe your prior/current corporate experience and performance of requirements of this type, size, and complexity of effort within the last 5 years. For each such experience referenced, please provide: contract number (including task/delivery order number if applicable), organization supported, and indication of whether performance was as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the requirements objectives. 2. Provide a summary of the company's capability to meet the requirements objectives and perform the efforts for a contract of this magnitude. This description shall demonstrate, through prior and/or current experience, an understanding of, at a minimum, the following: (a) technical obsolescence studies, (b) product redesign and reverse engineering, (c) identification of replacement (form, fit and function) parts, (d) life time buy analysis and procurement, (e) obsolescence investigation and analysis, (f) design trade studies, (g) prototyping, (h) fabrication, (i) integration, (j) assembly, (k) inspection, (l) qualification testing, and (m) documentation. Include original timeframes and schedules, as well as modifications to schedules, associated with the above. 3. Describe your Company's organization to include major products/services, primary customer base, number of employees, annual revenue history, office location, if hiring of personnel will be required, and a statement whether your interest in this effort is as a prime offeror or to express interest regarding subcontracting possibilities. 4. A key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime Contractors must be capable of performing at least 50 percent of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime Contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Is your company capable of performing at least 50% of the work (IAW FAR clause 52.219-14 Limitations on Subcontracting) and do you intend to perform at least 50% of the work as the prime offeror? 5. Describe your existing personnel's expertise, plant capacity and facilities for this effort. Explain any element of this requirement (i.e., design and reverse engineering, fabrication and integration, technical data development, testing, etc...) that your company either doesn't have or that must be established to accomplish tasks that result from the requirements. 6. Describe any limitations your company may have for responding to these requirements. Include limitations and courses of action necessary to overcome the limitation. Identify whether the limitation is based on cost, schedule or technical performance issues you feel should be considered. Part III: Technical Approach 1. Describe the ability of your company to provide the obsolescence engineering services support described herein. Describe how you will mitigate obsolescence issues without Government-furnished technical data. 2. Describe the qualifications of your existing engineering staff with experience in the design, modification and retrofit of C4ISR systems. 3. Describe your company's experience with modifications to include incorporation or preservation of Military Standards (MIL STD). 4. Describe your company's experience in re-designing existing hardware components to meet specific form, fit, and minimal function requirements. 5. What quality assurance processes and test qualification practices does your company employ? If certified, state the quality certifications your company is currently certified to. 6. Describe the approach to certify and conduct qualification testing for any proposed obsolescence mitigation solutions. 7. Describe your company's experience with quality assurance testing during production and customer acceptance testing after production. Describe your company's experience with reliability testing. 8. Describe your company's method of hardware and software configuration management for baseline changes and management of multiple configurations. 9. Provide your company's approach for the management of program technical, schedule, and cost risks. Provide any mitigation steps utilized on past contracts that reduced risks to an acceptable level. 10. What is your company's experience with partnering with industry to incorporate third-party software into your products? 11. Provide your technical data sharing methodology and process to allow for independent and/or a mixture of Government organic, Contractor, or Private-Public-Partnering repair and sustainability of components/systems addressed in your response. 12. Describe your company's experience in developing and updating Technical Data Packages (TDP). Describe your company's policy in providing TDPs (including software) to the Government. 13. Describe your company's experience with field service representatives and engineering technical support of C4ISR systems. Part IV: Material Handling 1. Describe your company's standard approach for management of systems while they are awaiting retrofit or shipment. 2. Describe your company's experience in the safe packaging and handling of C4ISR systems. 3. Describe your company's ability to provide timely, predictable and reliable supply of items to meet normal, increased, and surge requirements. 4. Describe your company's experience with requesting, tracking, and storage of Government Furnished Equipment and Government Furnished Information. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL (RFP) AND IN NO WAY OBLIGATES THE GOVERNMENT TO AWARD ANY CONTRACT. This notice is to assist the United States Army in determining potential sources only; submission of any information in response to this market survey is strictly voluntary. Oral communications or responses are not acceptable in response to this notice. Written responses are limited to 20 number of pages. The Government will not pay for any information received in response to this sources sought notice nor will the Government compensate any respondent for any associated costs incurred in developing the information. After the Government reviews all submission, there may be additional need for further follow-on questions. If so, the Government will post additional inquiries on FedBizOpps. If there is enough interest, the Government will hold an "Industry Day" to provide information to only prospective respondents. Therefore, if you have an interest it is important to respond in accordance to this RFI. In addition, based on the information you provide, the Government may request an on-site visit to further assess capabilities. The acquisition strategy for this requirement has not yet been determined. Market research results will assist the Army in developing an acquisition strategy. SUBMISSION INSTRUCTIONS: Your Capabilities Statement shall be submitted by email and received no later than 4:00pm Eastern Daylight Time (EDT) on 22 July 2016 and shall reference RFI #W56KGU-16-R-0727 on both the email and all enclosed documents to the Technical POC, James Mink, in either Microsoft Word or Portable Document Format (PDF), via email at james.r.mink.civ@mail.mil with a copy to Contract Specialist, Melissa Bettinger at Melissa.a.bettinger.civ@mail.mil. Written responses are limited to 20 pages, in Calibri font with a font size of 11, single spaced and single sided. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. This request is for informational purposes only. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. The Government does not intend, nor is it under any obligation, to provide responses or comments on the submitted capability statement package. All questions regarding this Sources Sought notice must be submitted via email to both the of the POCs below. No questions will be accepted by phone. Government responses to submitted questions pertaining to this Sources Sought notice, will be posted on FedBizOpps. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. Contracting Office Address: Army Contracting Command- Aberdeen Proving Ground 6001 Combat Drive Aberdeen Proving Ground, MD 21005 Primary Point of Contact: James Mink Technical POC James.r.mink.civ@mail.mil Secondary Point of Contact: Melissa Bettinger Contract Specialist Melissa.a.bettinger.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e77da4ab5daea0ea36fe87d6978ca3d6)
 
Place of Performance
Address: CERDEC, Aberdeen Proving Ground, Aberdeen, MD 21005, Aberdeen, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04165900-W 20160701/160629234808-e77da4ab5daea0ea36fe87d6978ca3d6 (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.