SOURCES SOUGHT
58 -- Request for Information for Lightweight Counter Mortar Radar (LCMR), AN/TPQ-49 Systems and Upgrade Kits to Convert AN/TPQ-48 and AN/TPQ-48A Systems to AN/TPQ-49
- Notice Date
- 3/24/2010
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T-10-R-S802
- Response Due
- 4/8/2010
- Archive Date
- 6/7/2010
- Point of Contact
- christopher fisher, 4104170032
- E-Mail Address
-
CECOM Contracting Center (CECOM-CC)
(chris.m.fisher@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Overview. The Government is seeking information to determine industrys capability to produce and field the Lightweight Counter Mortar Radar (LCMR), AN/TPQ-49 Systems and Upgrade Kits to Convert AN/TPQ-48 and AN/TPQ-48A Systems to AN/TPQ-49. This RFI is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, or Request for Proposal 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. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request. 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, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). Parties responding to this RFI 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 RFI or to otherwise pay for the information submitted in response to this RFI. Description. The AN/TPQ-49 is a lightweight, 360-degree, rapidly deployable, man-transportable, digitally connected, day/night mortar locating radar that uses computer-controlled signal processing of the radar signal data to perform target detection, verification, tracking, and classification of enemy and friendly mortars. The system consists of an Antenna and Radar Cylinder that is powered by battery or external generator. Data processing is performed by the Radar Processor (RP) and Portable Display Unit (R-PDA and/or Laptop). The systems performance is detailed in the 'LCMR Performance Specification for the LIGHTWEIGHT COUNTER MORTAR RADAR (LCMR), AN/TPQ-49' dated December 2009, attached in the 'Links to Drawings' section of the IBOP Market Research Page. The Government does not possess a technical data package for the AN/TPQ-49. Acquisition Strategy. The Government proposes to acquire AN/TPQ-49 systems (to include float quantities) and initial spares for the US Army, Marine Corps, Special Operations Command (SOCOM), Counter-Rocket Artillery and Mortar (C-RAM) Program, and any other yet unidentified entities, to include foreign entities, and potential engineering changes to current hardware and software baseline. Upgrade Kits to convert AN/TPQ-48 and AN/TPQ-48A Systems to the AN/TPQ-49 configuration will also be acquired under this contract. This contract will also include provisions to enable the Contractor and the Government to react quickly if any engineering changes become warranted. Based on current mission priorities, the government is contemplating use of the following criteria as part of its best value considerations: delivery schedule, technical performance, cost, supportability, potential technology enhancements, reliability growth and production capacity. The Government is seeking potential respondents who can demonstrate the existing AN/TPQ-49 functionality and provide first deliveries within 9 months of any contract award. While there are no current requirements for specific production rates or deliverable quantities, experience with similar systems has required production rates on the order of twenty (20) systems per month with delivery of these systems beginning within nine (9) months of any contract award.. Individual orders have ranged from several systems to over 100 systems. Schedule is of the utmost importance to the Government. Recommended RFI Response Format. 1.An assessment of the technology and manufacturing maturity of products produced by your company that closely match the performance listed in the AN/TPQ-49 performance specification. 2.Estimated unit prices for the AN/TPQ-49 system, spares, and Upgrade Kits to convert AN/TPQ-48 and AN/TPQ-48A Systems to the AN/TPQ-49 configuration. 3.Information concerning maximum sustainable production rate (per month, or per year). 4. Information about the current level of environmental qualification of the system being described as well as its predicted or actual reliability. 5. Information must include complete descriptions of existing products that will be available for delivery within the timeframe indicated above and must include sufficient documentation to support any claims that the system performance will meet the performance capabilities contained herein. Such documentation may include system technical specifications, product brochures and related literature, performance test data, system drawings and/or photographs, or any other data to support the state of system development and or production readiness. 6. Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. RFI Administrative Information. This request for information is for planning purposes only; this is not a Request for Quotations (RFQ) or Request for Proposals (RFP). No solicitation document exists and a formal solicitation may or may not be issued by the Government because of the responses to this RFI. Company information will be verified via the Central Contractor Registration (CCR) database. Responses to this RFI must be unclassified and should not exceed 40 pages in length. RFI Submission Information. All interested firms that possess the capabilities herein are encouraged to respond to the notice by providing the information specified below, on or before 1700 hours on 8 April, 2010. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint. If a soft-copy cannot be provided, written information will be accepted. Information may be provided through mail, or via e-mail. Telephone or email requests for additional information will not be honored. Any UNCLASSIFIED questions regarding this RFI may be posted to the IBOP. Any additional questions may be forwarded to Chris Fisher (Contract Specialist) e-mail: chris.m.fisher@us.army.mil and Selina Cardy (Contract Specialist) e-mail: selina.cardy@us.army.mil or Jody McCourt (LCMR Project Lead); Phone: 410-306-4094; e-mail: jody.mccourt@conus.army.mil. The Performance Specifications for the Lightweight Counter Mortar Radar (AN/TPQ-49) will be available in a separate library on the IBOP. The document library can be accessed by following this link https://abop.monmouth.army.mil/doclib/lcmr4.nsf. The Performance Specifications document contains information that has been designated as 'Militarily Critical Technical Data.' Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the performance requirements document. All requests for copies of the performance requirements document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. 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
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c4858ef78bbeb7e5d5827a95b0daad0b)
- Place of Performance
- Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Zip Code: 07703-5008
- Record
- SN02101345-W 20100326/100325011456-c4858ef78bbeb7e5d5827a95b0daad0b (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 |