SOURCES SOUGHT
B -- Continuous Technology Refreshment for AMCOM Managed Weapon Systems
- Notice Date
- 11/13/2002
- Notice Type
- Sources Sought
- Contracting Office
- US Army Aviation and Missile Command DAAH23, ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- DAAH2303R0066
- Archive Date
- 3/14/2003
- Point of Contact
- Mary Dickens, 256-876-2015
- E-Mail Address
-
Email your questions to US Army Aviation and Missile Command DAAH23
(mary.dickens@redstone.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA SOURCES SOUGHT SYNOPSIS: The U. S. Army Aviation and Missile Command is seeking interested sources that have the capability to support Continuous Technology Refreshment (CTR) (previously known as Modernization Through Spares) as an effective method to reduce total ownership and su pport costs and resolve obsolescence issues through modernization of spare parts for AMCOM managed weapon systems. CTR is an initiative intended to reduce operation and support costs and seeks to improve end item spares. It is centered on performance- ba sed requirements and must be accomplished within the operating budget available for procurement of spares. The Army does not provide funds for initial investigation or qualification of new designs under this program. The concept for this program would al low companies to enter into non-contractual agreements which allow for information sharing and non-disclosure agreements with the Command to exchange technical and requirements information in order to identify candidates appropriate for CTR. No funds are available to support a contractual vehicle for this program. Companies would have the opportunity to recommend candidates for the program based on the information provided. Companies must be willing to develop business case analysis for the item and fund up-front investments required to develop/validate new designs with an understanding that AMCOM cannot guarantee selection of a candidate or procurement of the new item in the future, however, should the candidate be procured, the company will have the opp ortunity to recover their investment as long as the costs do not exceed the current spares' budget for that item. The Business Case Analysis for an item will include the following: Total System Impact, Reliability Impact, Availability of the New Design, Obsolescence Avoidance, Repair/Maintenance Philosophy, Overall Cost Savings, Logistic Footprint Companies interested in this program must submit capability statements to include sustainment-engineering expertise directed in the areas of rotary wing aircraft and missile weapon systems and ground support equipment for those systems. The statement shou ld include: Technical approach; Key personnel with resumes; Facilities, equipment, tooling available; Past performance history for similar work. Teaming arrangements are encouraged to support this concept. Capability statements will be evaluated based upon the following criteria: Degree of understanding of the technical aspects of spares and repairables and related issues; Demonstrated credibility of the proposed technical approach; Soundness of technical approach and proposed plan to optimize spares cost, schedule and performance; Relevance and history of performing similar work; Availability of resources to successfully conduct the proposed work;Key personnel qualifications; Capability in performance based specification development; Analytical and manufacturing capabilities associated with applicable spares development (including qualification and test); Suitability to perform as a future spares developer and integrator. Responses should be directed to U. S. Army Aviation and Missile Command, ATTN: AMSAM-AC-LS-L/Ms. C. Dickens, Redstone Arsenal, AL 35898. Questions may be directed to Ms. Dickens at 256-842-7598.
- Place of Performance
- Address: US Army Aviation and Missile Command DAAH23 ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Country: US
- Zip Code: 35898-5280
- Record
- SN00204374-W 20021115/021113213352 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |