Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2009 FBO #2798
SOURCES SOUGHT

16 -- Interim Contractor Support (ICS) for the AN/AAS-53 Common Sensor Payload

Notice Date
7/23/2009
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, 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-09-RFI-ICS-01
 
Response Due
8/5/2009
 
Archive Date
10/4/2009
 
Point of Contact
Janet M. Boots, 703-704-1835<br />
 
E-Mail Address
US Army C-E LCMC Acquisition Center - DAAB07
(janet.m.boots@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
MARKET SURVEY: REQUEST FOR INFORMATION Title: Interim Contractor Support (ICS) for the AN/AAS-53 Common Sensor Payload This Request for Information (RFI) is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or request for proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy and Statement of Work/Statement of Objectives and Performance Specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this request for information or to otherwise pay for the information submitted in response to this RFI. Description: The Government is conducting market research seeking sources to provide Interim Contractor Support (ICS) of the AN/AAS-53 (Common Sensor) payloads. The contractor would provide sustainment, technical and repair services, software/firmware and hardware updates, shipping, training, documentation and manual updates, field and depot level support required to maintain the current Common Sensor to include any future upgrades. This support would include, but is not limited to the following: Technical Fielding Support and repair of systems, Field Support Representatives (FSR) (24/7 on call services). Stock, storage and issuance of the Common Sensor, spares and repair parts, provide Inventory Control Point, system upgrades (ECPs) for growth/technology insertion, software maintenance/updates, training support and updates to existing Training Material, and necessary Project Management, Systems Engineering and Configuration Management activities to support the Common Sensor. Additional requirements would be to provide FRACAS reporting, RESET and RECAP activities, reporting necessary PBL data to support Common Sensor and serial number tracking. Planning Factors: In its response, the Contractor should use the following planning factors: Platform: This support is only for the sensor itself and does not involve any platform components. Timelines: The Government is planning for support of the Common Sensor to begin on or about 1 Dec 2009 and continue for up to three years. Locations: This support will be CONUS based only. Payload Shipment: Payloads will be shipped back to the Contractors facility for major repairs (Depot level repair). Repair Cycle: Repair cycle threshold should be no more than 30 days with an objective time of less than 20 days. The government is primarily interested in contractors with maintenance operations experienced in Electro-optical sensor payloads maintenance and repair operations. The government does not own the technical data package for these payloads. The Government does possess in support of this proposed effort a broad-based performance work statement and technical and performance specs for the Common Sensor. System Capabilities: The Common Sensor is a multi-sensor day/night imaging payload. It is capable of providing imagery to increase the commanders situational awareness (SA) and capable of acquiring, ranging, identifying, and laser designating targets for precision guided munitions. The Common Sensor incorporates an Eye-safe Laser Rangefinder (ELRF), Laser Target Marker (LTM), and Laser Spot Tracker (LST). The Electro-Optic (EO) sensor provides imagery during high light conditions in color and be capable of black and white imagery when selected by the operator. The Infra Red (IR) sensor provides imagery during various environmental conditions, day and night, to include some battlefield obscurants. The ELRF provides accurate target location and allow a first round fire for effect. The LTM will provide a capability to quickly cue or conduct target handover to personnel equipped with I2 devices. The LST provides the ability to acquire and track coded laser energy and provides another means for target handover. The Common Sensor may be employed on a wide variety of platforms. Interested parties possessing the capacity to deliver services meeting the requirements outlined above are requested to provide a White Paper describing: 1.Complete description of existing services that will be available for maintaining the Common Sensor within the timeframe indicated. 2.Corporate capabilities, past and current relevant performance information, available facilities and assets. 3.Technical and management approach for executing a repair operation to include the level and type of repairs that can be accomplished in the field and when depot level repair is required with respective turnaround time frames. 4.Operation and sustainment considerations. 5.A cost estimate on a Rough Order of Magnitude (ROM) to meet or exceed the notional requirements outlined above. 6.An assessment of the associated risks for this program and respective risk mitigation approaches. 7.Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. In addition, interested sources should describe the level and type of repairs that can be accomplished in the field and when depot level repair is required with payload turnaround time frames. Also identify the numbers of Field Service Representatives (FSRs) anticipated and the role the FSRs would perform in speeding repair of the Payloads. Identify the types of repairs FSRs can perform in the field as opposed to returning the Payload to the depot. Industry responses are to specifically include an outline of supply chain considerations with emphasis on any known long lead items that may adversely impact repair. Any limitations must be addressed along with proposed resolutions to potential maintenance impediments. Responses must include sufficient documentation to support any claims that their performance will meet the minimum performance capabilities contained herein. Industry responses should also identify critical subcontractor and vendor production capacity assuming a notional 1 Oct 09 award date. Responses to this RFI are due by 5:00pm EDT on 5 Aug 09. Technical questions and industry responses are to be sent via email to Janet Boots at janet.m.boots@us.army.mil All material submitted in response to this RFI must be unclassified. Industry is responsible for clearly marking any proprietary data submitted along with their response. Commencing mid Sep 09 or early Oct 09, the Government may afford interested parties an opportunity to discuss the contents of their White Papers during an industry one-on-one session where it is envisioned the parties will engage in an active information exchange dialogue to aid in the governments feasibility assessment..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAB07/W15P7T-09-RFI-ICS-01/listing.html)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
Zip Code: 07703-5008<br />
 
Record
SN01885773-W 20090725/090724000933-55aeea555207996386ac87fddce192c3 (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.