Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOURCES SOUGHT

59 -- Production and Support Services for Long Range Radar and VADER

Notice Date
7/11/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY18LRRVADER
 
Archive Date
8/4/2018
 
Point of Contact
Tyler Restrick, Phone: 4438615375, Kevin Cook, Phone: 443-861-5362
 
E-Mail Address
tyler.j.restrick.civ@mail.mil, kevin.j.cook2.civ@mail.mil
(tyler.j.restrick.civ@mail.mil, kevin.j.cook2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Additional NAICS: 811219 - Other Electronic and Precision Equipment Repair and Maintenance 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing Synopsis: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSALS, QUOTES, OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR RESPONSES. Background and Description: The Long Range Radar (LRR) is a new capability that has been developed and prototyped by Northrop Grumman, Electronic Systems under Contract No. W15P7T-10-D-D408. Vehicle and Dismount Exploitation Radar (VADER) is a new capability that has been developed and produced by Northrop Grumman, Electronic Systems under Contract No. W56KGY-15-D-0004 and Contract No. W56KGY-14-D-0004. The LRR system consists of three (3) major sub-systems: radar payload, LRR Ground Station hardware and software, and platform integration interface. The A-kit is the interface between the payload and the platform that is unique to each air vehicle (i.e. cabling, power inverter, buffer box, installation hardware, vibration isolators, flight recorders, operator stations). The B-Kit encompasses the core radar components that are common to all LRR systems regardless of air vehicle platform-of-use (i.e. Receiver, Exciter, Processor (REP), antenna pod assembly, and all incorporated software, configured for form-factor differences for the given platform). Request for Information: The Government is considering contracting methods to continue the development of the LRR, support ongoing lab, field and operational test events, perform product improvements, perform repair, provide Field Support Representatives (FSRs) and procure spare parts and more LRR and VADER systems during the 2019 thru 2024 timeframe. The Government is considering a new contract for this scope, but will also consider if any other sources can provide this capability. If interested, the Government is requesting contractors to provide sufficient information in the form of a white paper which demonstrates capability and experience in providing the VADER and LRR support, spares and the procurement of additional LRR systems that are fully interoperable, as described above. Interested sources are requested to submit a brief Summary of Demonstrated Capabilities. In addition, interested sources must address the following Market Survey Questionnaire: Administrative Information Company Name Mailing Address and Website Commercial and Government Entity (CAGE) Code North America Industry Classification System (NAICS) number. State your companies associated Business size and eligibility under U.S. Government social-economic programs and preference (i.e., type of business -large, small, small-disadvantaged, women-owned, veteran- owned or 8(a)). Data Universal Numbering System (DUNS) number Location of facility(s) Subcontracting Plan (if applicable) Person(s) Responding to RFI Name Title Company Responsibility/Position Telephone Number/Fax Number Email Address Describe your company's ability to perform the required tasks, supplies and services include, but are not limited to: Product Support Management Sustainment Management - to include provide spare parts and SRUs for the LRR and VADER Engineering and Software Support for LRR hardware (HW) and software/firmware (SW/FW) for the Payload, A-Kit, and Ground Station Application (GSA) and HW/SW components Maintenance Planning and Management Materiel Maintenance Support for updating, maintaining, and sustaining the LRR Payload and ground station SW/HW components and VADER Logistics/Configuration Management Associated Support and Testing Tools Field Service Representatives (FSRs) Support for depot repairs and maintenance at CONUS/OCONUS locations • Supply Support • Personnel • Personnel Training and Training Support • Operator and Maintainer Technical Manual documentation • Equipment Retrofit/Modifications • Depot Level Repairs • Information Assurance Support • Acquisition Support for/of Payload Elements and Spare Parts • Technical and reach back support for LRR and VADER Payloads at CONUS/OCONUS locations • Facilities required to deploy and maintain the readiness and operational capability of the LRR, subsystems, and components and full CLS for the VADER • Interested vendors are required to provide an approach to meet the above requirements, detailing their ability to be able to demonstrate LRR and VADER capabilities and to produce additional, fully interoperable, complete LRR and VADER systems. The current provider is Northrop Grumman Missions Systems (NGMS), 1580A W Nursery Rd, Linthicum Heights, MD 21090. NGMS maintains support/configuration management of hardware internal modules and maintains the software source code. The Government does not have detailed documentation on hardware modules or the software source code. Consequently, the Government does not have the detailed documentation or source code to provide to a third party. A technical data package is not available. The purpose of this Sources Sought Notice is to satisfy the Market Research requirements to issue a new sole source contract. Response Information: Responses to this RFI must be unclassified and should not exceed 20 pages in length in either one continuous Microsoft Word document or one Microsoft Power Point document. The Government will not reimburse responders to this notice for any costs incurred in responding, or in any subsequent exchange of information. Contractors may only provide one submission per CAGE code. If your company has different business sectors which hold different CAGE codes, each sector can submit a capability package. In addition, each CAGE code must provide separate facility clearance documentation. If teaming, use the Prime Contractor's CAGE code in the response. Submission of proprietary and other sensitive information must be marked and identified with disposition instructions. Submitted material will not be returned. The information provided and received in response to this announcement is subject to the conditions set forth in FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes. NO PHONE CALLS WILL BE ACCEPTED. HAND DELIVERED PACKAGES WILL NOT BE ACCEPTED. All interested firms that possess the capabilities herein are encouraged to respond to this notice by providing the information specified herein, on or before 4:00 p.m. Eastern Daylight Time on 19 July 2018. Information shall be submitted via email to the Contract Specialist listed in this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9109a676287004640a46c2eed5e42472)
 
Place of Performance
Address: 6006 Combat Drive, APG, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04986695-W 20180713/180711230911-9109a676287004640a46c2eed5e42472 (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.