Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2005 FBO #1467
SOURCES SOUGHT

58 -- Advanced Lightweight Counter Mortar Radar (A-LCMR)

Notice Date
11/30/2005
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-06-R-M214
 
Response Due
12/19/2005
 
Archive Date
2/17/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Communications-Electronics Life Cycle Management Command (C-E LCMC) and Product Manager Radars is conducting a market survey. This Request for Information (RFI) is for planning purposes only; this not a Request for Quotations or Propos als. No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government is of the opinion that the evolution of the Enhanced-Lightweight Counter Mortar Radar (E-LCMR) system to the A-LCMR is a minor endeavor and that the program is ready for Low Rate Initial Production (LRIP) of approximately seven (7) systems. The Government is issuing this RFI to obtain information from industry which would permit a feasibility assessment of achieving the A-LCMR p erformance thresholds as set forth in the SOCOM Operational Requirements Document (adopted by the Army and approved by TRADOC) and its Annex A, the A-LCMR draft Specification and the draft Statement of Work. Your input will assist the Government in determ ining the best acquisition strategy for accomplishing Low Rate Initial Production within the cost and schedule constraints identified herein. All interested parties with significant past performance experience in designing, producing and/or sustaining rad ar systems are encouraged to respond to this RFI by providing the following information on or before 2:00 PM on 19 December 2005: feasibility of achieving the performance thresholds within the cost and schedule constraints identified below; identify progr ammatic and technological risks associated with a program of this nature along with any potential risk mitigation strategies for same; identify any key performance objectives that are considered to be cost or schedule drivers; and, any budgetary estimates that may be releasable to help assess the reasonableness of affordability constraints described herein. Responses to this RFI must be unclassified and should not exceed 40 pages in length. Specifically, the Government seeks industrys opinion regarding the following: The E-LCMR System is currently in prototype production by Syracuse Research Corporation and the Government believes that the system will: Demonstrate a Range and Accuracy Performance in an Actual Environment of 60m TLE (Target Location Error) (50% CEP [Circular Error Probability]) out to 6km on 60mm Mortars. Demonstrate a Range and Accuracy Performance in an Actual Environment of 60m TLE (50% CEP) out to 8km on 81mm Mortars. Demonstrate a Range and Accuracy Performance in an Actual Environment of 75m TLE (50% CEP) out to 10km on 120mm Mortars. Q: Can you demonstrate E-LCMR functionality today? If yes, can you grow that system to meet the A-LCMR requirements and start delivery of 20 systems per month in 6 months? Is this delivery achievable and, if not, describe in detail your recommended sche dule and number of systems per month. Q: Given the state of the current E-LCMR, whats the extent of design and/or development that you envision to meet the A-LCMR requirements? Describe in detail. The Government desires to initiate this program at Milestone C, Production and Deployment and is seeking industry input as to the feasibility of doing so. Other considerations: Armys requirement is 416 systems; target unit production cost is $ 800,000.00; multiple awards could be made; government desires accelerated production and delivery; reduced logistics footprint; how and when to conduct Initial Produ ction Tests; Government insists on full technical data rights; sustainment and support of all systems (both existing fielded and yet to be fielded); retrofit of existing systems to the A-LCMR configuration; tradeoffs required to meet desired Key Performance Parameters (KPPs). Responses may be sent to PM Radars, ATTN: SFAE-IEW&S-NV-R, J. Scott Allen, J.S.Allen@us.army.mil, Building 428, Fort Monmouth, NJ 07703-5000. A copy of all submittals shall also be posted electronically to the C-E LCMC Interactive Business Opportunity Pa ge at https://abop.monmouth.army.mil under solicitation W15P7T-06-R-M214. The A-LCMR documents referenced above have been posted into a document library under the above referenced solicitation. These documents contain information that has been designated as Militarily Critical Technical Data. Only businesses that have been cert ified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may obtain access into the document library. To be granted access to the document library, all interested parties must submit a certified cop y of DD Form 2345, Militarily Critical Technical Data Agreement to the Contracting Officer and/or Contract Specialist. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS United States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/jcp. PM Radars does intend to host an industry day in early 2QFY06. Information regarding when and where and registration will be posted under a separate IBOP notice.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00942278-W 20051202/051130212006 (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.