SOURCES SOUGHT
58 -- Market Research - Support of AN/TSC-156D Phoenix Terminals
- Notice Date
- 6/7/2012
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment 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-0020
- Response Due
- 6/18/2012
- Archive Date
- 8/17/2012
- Point of Contact
- Jesse Lefever, 443-861-4977
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(jesse.l.lefever.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- In accordance with Federal Acquisition Regulation Part 10, the CECOM Contracting Center at Aberdeen Proving Ground, Maryland, and Project Manager Warfighter Information Network - Tactical (PM WIN-T) are conducting market research to identify all parties interested in taking part in this effort as a prime contractor. The government is considering award of a five year Indefinite Delivery Indefinite Quantity (IDIQ) contract, for procurement of Replacement FM Orderwire (RFMOW) upgrade kits and associated spares, fielding and installation services for RFMOW and "D" upgrade kits worldwide, and other technical and logistics support. Technical and logistical support requirements include: 24/7 technical support to operators in the field, on-site technical support on an on-call basis, long term deployments of CFSRs to CONUS and OCONUS locations, conduct of New Equipment Training courses, repair to fielded terminals and equipment, procurement of Phoenix parts to support repair activities, production of documentation for transition to a Government Depot Level Maintenance Facility for the repair of AN/TSC-156() components and other general logistics support. The field support items are characterized by rapid response to field requirements and well trained capable and available in-field support personnel. Delivery Orders/Task Orders may be issued on a Firm-Fixed Price (FFP), and Cost-Plus-Fixed-Fee (CPFF) basis. The AN/TSC-156(), commonly referred to as the Phoenix Terminal, is a Tactical, Quad-band (C, X, Ku and Ka) communications terminal. The terminal is mounted on various versions of High Mobility Multipurpose Wheeled Vehicle (HMMWV) trucks and is specified for worldwide environmental conditions. Procurement of the RFMOW upgrade kit and spares is not intended to be a development program. Interested parties must be prepared to provide complete, compliant qualification test results and evidence of complete manufacturing documentation. To be considered fully qualified a prospective contractor will need to meet the delivery dates for the RFMOW upgrade kits and spares. Initial production lead time of eleven (11) months ARO and minimum delivery rate of ten (10) system upgrade kits per month plus all spares is required. The terminals are presently being manufactured by L-3 Corporation, Salt Lake City, Utah, the developer of the AN/TSC-156(). L-3 retains all rights to the Phoenix drawings and technical data package. No drawings, subcontract specifications, test documentation, or production documentation are available from the Government. Interested parties may identify their capability to meet the requirements by submitting: a white paper, not to exceed 15 pages, containing technical data relative to existing terminals, qualification and certification test data, logistics documentation and projected schedule. This data must be provided to this office not later than June 18, 2012. Only responses received by this date will be considered. This notice of intent is not a request for competitive proposals. Solicitation Number W15P7T-12-R-0020 has been assigned. This notice is a re-statement of the Sources Sought notice published on 11 January 2011 and is the same effort described in the pre-solicitation notice published on 15 March 2012 for Solicitation Number W15P7T-12-R-0020. There has been no change to the Government's strategy for this effort, and this notice is being published to determine if there is any updated information available for market research reference purposes only and does not constitute a solicitation for bids/proposals. The Government does not intend to pay for any information provided under this announcement. Interested sources may identify, in writing, their interest and capability to respond to this requirement to Christine Dittmeier - Contracting Officer; 443.861.5063, email Christine.Dittmeier@us.army.mil Or Jesse LeFever - Contract Specialist; 443.861.4977, email; Jesse.LeFever@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/af952c18e9d1738988aac29d039efc13)
- 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
- SN02769467-W 20120609/120607235856-af952c18e9d1738988aac29d039efc13 (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 |