Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
SOURCES SOUGHT

58 -- Request for Information (RFI) for Persistent Threat Detection System (PTDS) Engineering, Integration, Repair Parts, Test and Evaluation, and Training Support

Notice Date
3/9/2012
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T12RC600
 
Response Due
3/23/2012
 
Archive Date
5/22/2012
 
Point of Contact
Kimberly Nugent, 443-861-4758
 
E-Mail Address
ACC-APG - Aberdeen Division B
(kimberly.a.nugent6.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, MD 21005, on behalf of the Product Manager Meteorological and Target Identification Capabilities (PM MaTIC), is conducting a Market Survey to identify potential sources capable of providing engineering and integration technical support, procurement of repair parts, test and evaluation (T&E) support and training support for the Persistent Threat Detection System (PTDS). PTDS, a Quick Reaction Capability program, is a lighter than air tethered aerostat system with a fully integrated persistent surveillance and dissemination capability that enables response forces the ability to Find, Fix, Track, Target, and Engage threats acting against US and Coalition forces. The PTDS provides 24 hour /7 day a week continuous operation including robust characterization of the battlefield through day/night, 360 degree detection, surveillance, monitoring, and target-location capability. PTDS is capable of providing Full Motion Video (FMV), Electro-Optical/Infrared (EO/IR), and cross-cueing sensors. PTDS is designed for payload modularity to support integration of required components to meet Warfighter needs. The Government does not possess a technical data package for the PTDS. ACC-APG is seeking information to determine industry's capability to: 1) supply engineering and technical services including technology insertion and system integration to maintain and upgrade the OCONUS PTDS, CONUS Trainer/Test system, and System Integration Laboratory (SIL); 2) procure the repair parts necessary to operate, maintain, and repair systems. Delivery of repair parts must be able to commence within 60 days of contract award; 3) provide T&E services and support; 4) provide all required PTDS training services; and 5) maintain the Trainer/Test system. These services shall focus on maximizing operational availability (Ao) and providing quality and reliable data and services 24 hours a day /7 days a week. Interested companies should also provide: 1. Estimated unit prices for repair parts. 2. Information concerning the earliest availability of repair parts after contract award and maximum sustainable production rate (per month). 3. 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 each component's performance will meet the required performance capabilities. 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 component development and or production readiness. 4. Information regarding the ability to provide engineering and technical services including technology insertion and system integration. 5. Information showing T&E and training support expertise on a large aerostat. 6. Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. A respondent to this survey should be able to show adequate technical and manufacturing capability and satisfactory past performance. The respondent must have available a majority of the skills and facilities that are required to provide the necessary technical and manufacturing support. If a respondent does not have the adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to describe and demonstrate their ability to obtain these resources within 30 days of contract award. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. This market survey is for information and planning purposes only, and it does not constitute a Request for Proposal (RFP), and is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. The U.S. Government implies no intention or opportunity to acquire funding to support current or future efforts. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. The information must be submitted no later than 23 March 2012. Electronic submittals are preferred (10MB limit) and should be sent to Mr. Scott Fuhrer, scott.d.fuhrer.civ@mail.mil. If a respondent chooses to send a hardcopy, the information should be submitted to: U.S. Army Contracting Command- Aberdeen Proving Ground, ATTN: Scott Fuhrer, 6006 Combat Drive, Aberdeen Proving Ground, MD 21005. The Government will also accept any written questions via the aforementioned email address. No telephone inquiries will be accepted. Any hardcopy information provided will not be returned. Respondents will not be notified of the results of the survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d1050be9641f858725d0d613b56065e)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02693136-W 20120311/120309235016-9d1050be9641f858725d0d613b56065e (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.