SOURCES SOUGHT
16 -- Market Research for Common Sensor Payload (CSP) Sustainment
- Notice Date
- 5/17/2012
- 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
- W15P7T-12-R-CSP1
- Response Due
- 6/11/2012
- Archive Date
- 8/10/2012
- Point of Contact
- Brian Holman, 443-861-4764
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(brian.j.holman2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- FOR ALL INFORMATION, PLEASE CONTACT THE GOVERNMENT POINT OF CONTACT BELOW. This is a market survey to locate potential sources capable of providing the Common Sensor Payload (CSP) Depot-Level Repair, Engineering, and Logistical and Field Support. The planned acquisition is for a new three-year services type contract for logistics and field support to include, depot-level repair, sustainment, and test equipment support, technical support, as well as software support, for the CSP. The scope of this market survey is to identify a potential source capable of performing all areas of required support to be considered responsive. Your response to this Sources Sought Notice (SSN) 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. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this SSN request. The CSP is a multi-sensor day/night imaging sensor that is currently in production and managed by Product Manager Robotic and Unmanned Sensors (PM RUS). The CSP is a common system for the Army for near real-time data collection. Additionally, it provides inherent enhanced situational awareness by providing battlefield imagery. The contractor support is required at CONUS and OCONUS locations. This support includes depot level repair of CSP systems, engineering, field service support and logistical services. The engineering services include CSP hardware (HW) and software/firmware (SW/FW) support, as well as providing CSP changes and HW, SW/FW updates due to System of Systems evolving requirements. Additional requirements include SW and systems engineering support, materials for updating, maintaining and sustaining CSP HW and SW/FW, configuration management of CSP SW/FW, associated support tools, training, SW replication and upgrades and equipment retrofit. Field service and logistical support activities include training, providing Field Service Representatives (FSRs), applying system software, firmware, and hardware updates, maintenance screeners and troubleshooters, field and depot level repair/maintenance, transportation of CSP systems/spares/personnel to and from sites, supply support, reliability efforts, and maintainability efforts. CSP equipment includes an Eye-safe Laser Rangefinder (ELRF), Laser Target Marker (LTM), Laser Spot Tracker (LST), Electro-Optical (EO) and an Infrared (IR) Sensor. Also required is testbed support for host system interface/integration, testing as well as software/firmware/hardware development/modifications to support evolving requirements. The Government anticipates award in 1QFY13, for a new three-year Services type contract, which is envisioned as a hybrid Cost Reimbursable (Incentive) and Firm Fixed Price (FFP) type contract. Offerors may submit their responses to this market survey as a potential source of all of the described services. The current provider of these services is Raytheon Company, 2501 W University Drive, McKinney, Texas, contract N00164-12-C-JQ17. Raytheon Company maintains configuration management of hardware internal modules and maintains the software source code. The Government does not have detailed documentation on hardware modules or the software source code. Consequently, the Government does not have the detailed documentation or source code to provide to a third party. A technical data package is not available. Send responses to: The Government POC is MAJ Jason Marshall, CSP APM, (443) 861-2500, Email: jason.w.marshall3.mil@mail.mil Responses are due by COB 11 June 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2f2c7f1953bc6baa6f6fcbc549b42c5e)
- Place of Performance
- Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02751464-W 20120519/120518001057-2f2c7f1953bc6baa6f6fcbc549b42c5e (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 |