SOLICITATION NOTICE
59 -- Configuration Updates for the Long Range Advanced Scout Surveillance System (LRAS3)
- Notice Date
- 2/26/2013
- Notice Type
- Presolicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY13RLRAS3
- Response Due
- 3/26/2013
- Archive Date
- 4/27/2013
- Point of Contact
- Erin Lunney, 703-704-0830
- E-Mail Address
-
ACC-APG - Washington
(erin.lunney@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Army Contracting Command- Aberdeen Proving Ground-Fort Belvoir (ACC-APG-Belvoir) is conducting market research on behalf of Program Manager, Night Vision/Reconnaissance, Surveillance, and Target Acquisition (PM NV/RSTA) are conducting a market survey to determine industry's capabilities in providing configuration updates for the Long Range Advanced Scout Surveillance System (LRAS3) in accordance with Federal Acquisition Regulations (FAR) Part 10. The proposed effort is for the update of up to 100 Block 0 LRAS3 sight sensors in the AN/TAS-8(V)1 and/or AN/TAS-8(V)2 (NSN 5855-01-458-229 or 5855-01-515-9547) configuration to the Block 1 Netted LRAS3 sight sensor, AN/TAS-8B(V)1 or AN/TAS-8B(V)2 (NSN 5855-10-580-6119 or 5855-10-580-6462) configurations, respectively. Updates will be required starting no later than eight (8) months after contract award with a production rate of 15-22 per month. All updated sight sensors are required to be compatible with the current US Army supply system inventory of spare parts. Additionally, Engineering Support and Technical Repairs may also be included in any resultant contract. Respondents should assume that no Government Furnished Equipment (GFE) will be provided to incorporate into LRAS3 sight sensors. The Government does not own the Technical Data Package (TDP). DESCRIPTION AND APPLICATION: This Request for Information (RFI) is to gather information to assist Product Manager Ground Sensors (PM GS) in a future acquisition to support the Army's requirement for reducing the logistical footprint required to maintain multiple configurations of the LRAS3. The required effort is to update the configurations of the LRAS3 for Current Force (M1025, M1114, M1151, MRAP, and M-ATV), Stryker Brigade Combat Team (SBCT) Reconnaissance Vehicle (RV) and Fire Support Vehicle variant (FSV), M1200 Armored Knight, and Bradley Fire Support Vehicle (BFIST). All updated configurations are addressed in the Performance Specification and Interface Control Document identified below. PERFORMANCE REQUIREMENTS: The Performance Specification, MIL-PRF-A3264477F - Long Range Advanced Scout Surveillance Systems Performance Specification, details the requirements that the supplier will need to meet to be considered fully qualified. The contractor will be required to have a SECRET Facility Clearance with SECRET safeguarding requirements. INTERFACE CONTROL DOCUMENTS: The Interface Control Document (ICD), A3247000C - ICD for the LRAS3, contains the interfaces that the LRAS3 supplier will need to meet to be considered fully qualified. PROJECTED QUANTITY REQUIREMENTS: The approximate quantities to be updated is up to 100 Block 0 LRAS3 in the AN/TAS-8(V)1 and/or AN/TAS-8(V)2 (NSN 5855-01-458-229 and/or 5855-01-515-9547) configuration to the Block 1 Netted LRAS3 sight sensor, AN/TAS-8B(V)1 and/or AN/TAS-8B(V)2 (NSN 5855-10-580-6119 and/or 5855-10-580-6462) configurations, respectively. All updated sight sensors are required to be compatible with the current US Army supply system inventory of spare parts. LRAS3 procurement, Engineering Support, Maintenance, and repair may also be included in any resultant contract modification. Additional Requested Information This is a market survey to identify all parties interested in taking part in this entire effort as a prime contractor. The Government will provide the above requirements and interface documents as part of the solicitation. Note: The Government does not own the TDP Please provide the following information no later than 26 March 2013. Future communications related to this program will be distributed based on the interested parties list. 1.Brief summary of the company. 2.Qualifications in providing configuration updates for the Long Range Advanced Scout Surveillance System (LRAS3) or like efforts. 3.Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 4.Do you plan to prime? Describe how you will either produce or subcontract for each component or assembly required for the update of the LRAS3 sight sensors. Please identify sources of supply for any components or assemblies for which you intend to subcontract production. Describe how you will update/configure or subcontract for the update/configuration. 5.Describe the schedule requirements to establish production capacity and to qualify the prime or suppliers that may provide parts for this Configuration Updates. 6.Discuss existing capacity and quantity requirements necessary to maintain that capacity and industrial base. 7.Please describe the capacity of your facility to include storage and shipping areas. 8.Describe the potential impacts of the solicitation including a detailed specification (i.e., build-to-print) versus a performance specification. 9.The Government understands that teaming is an essential part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house. 10. What are the core competencies of your employees that would support these requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 11. Does your company have a SECRET facility clearance or have access to one should it be required? 12. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? RESPONSE PROCESS: To be considered fully qualified a prospective supplier will need to demonstrate that their updated systems meet the requirements of the Performance Specification, Interface Control Documents, and that the System can meet the total yearly updated rates identified above as well as provide potential spares. This is a market survey to identify Sources interested in submitting a proposal for the update of LRAS3 sight sensors. A Formal Solicitation will be issued if the Government requires update of the additional LRAS3. LRAS3 Performance Specification is classified and the ICD is limited distribution, both can be obtained as noted below. To request a copy of the Performance Specification a contractor must be cleared to receive and store classified information. Request for ICD LRAS3 performance specification (MIL-PRF-A3264477F) and ICD (A324700C) must be in writing or via Email. NO TELEPHONE REQUEST WILL BE HONORED. Request must be submitted within 14 days after this notice. Initial responses should be submitted to the security POC: Scott Winter scott.h.winter2.ctr@mail.mil, Product Manager Ground Sensors (PM GS) 10221 Burbeck Road, Attention: Scott Winter, Bldg 399 Room 109, Fort Belvoir, VA 22060-5806. Initial requests must include: company name, Company and Government Entity (CAGE) Code, classified mailing address, and appropriate point of contact information. (PLEASE NOTE: NO CLASSIFIED INFORMATION IS TO BE SUBMITTED TO THE CONTRACTING OFFICE OR THROUGH E-MAIL, ALL CLASSIFIED INFORMATION MUST BE MARKED ACCORDINLGLY AND SUBMITTED DIRECTLY TO THE POINT OF CONTACT IDENTIFIED FOR CLASSIFIED INFORMATION IN THIS NOTICE). After validation by the Security Office of each interested responder's security accreditation and eligibility to receive and store classified information, a complete copy along with the appropriate security classification guide (SCG), and ICD will be mailed to each validated Requestor. Final responses to this RFI must be received by 26 March 2013. No extension will be granted. All submittals must be in writing or via email. You may forward unclassified written responses to Product Manager Ground Sensors, 10221 Burbeck Road, Attention: Scott Winter, Bldg 399 Room 109, Fort Belvoir, VA 22060-5806, and e-mail responses to scott.h.winter2.ctr@mail.mil Classified information will be accepted by mail only; please mark it accordingly, and send via the proper secure channel. Classified information can be sent to Product Manager Ground Sensors (PM GS), 10221 Burbeck Road, Bldg 399, Fort Belvoir, VA 22060-5806. The inner wrapping shall be addressed to ATTN: PM G, Mr. Scott Winter. Acknowledgement of receipt will be issued. OTHER INFORMATION: Industry responses must include sufficient documentation to support any claims that their updated systems performance will meet the minimum 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 readiness. Additionally, industry responses are to specifically include an outline of supply chain considerations with emphasis on any known long lead items that may adversely impact updates. Any limitations to delivering the required quantity and system integration considerations must be addressed along with proposed resolutions to potential update impediments. Industry responses should also provide their projected monthly update capabilities to include critical subcontractor and vendor production capacity along with estimated update unit prices. Interested parties with the ability to satisfy the above characteristics and capabilities should submit a white paper, not to exceed 15 pages, discussing your company's ability to meet the above requirements. The response should include a complete discussion of the ability to meet the above stated characteristics and capabilities, contractor's facility availability and staffing capabilities. The supporting documentation must be in sufficient detail to enable the Government to determine if the potential vendor either has the required product, hardware, and data, or the capabilities and production qualifications required for this combined effort. Please also include a discussion of any commercially available solutions which your company can provide. Descriptive literature of the commercial product, if available, should be provided and will not be included in the above page count. Responses should also include a cover letter (not included in the page count) providing: 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address Cage Code and Duns Number If you company holds a GSA Schedule contract (874 or other), please provide the Schedule number. 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 335312 Motor and Generator Manufacturing. The Small Business Size Standard for this NAICS code is 1,000 number of employees. For more information, refer to http://www.sba.gov/size. Please also indicate any socioeconomic classifications. Large Business Concern Small Business (SB) Concern 8A Small Disadvantaged Business (SDB) Women-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disable Veteran-Owned Small Business THE FOLLOWING QUESTIONS ONLYAPPLY TO SMALL BUSINESS RESPONDENTS. Responses to the below questions shall be included in a separate section of the submission and will not be counted as part of the 15 page limit. 3. If you are a small business and plan to prime please inform how you will meet the limitations on subcontracting Clause 52.219-14. 4.If you are a small business, can your company sustain if not paid for 90 calendar days? PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY This sources sought is for planning purposes only and shall not be considered as an invitation for bid (IFB), request for quotation (RFQ), request for proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your response to this request 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 or to otherwise pay for the information submitted. Responses will not be returned nor will receipt be confirmed. No solicitation exists; therefore, do not request a copy of a solicitation. Response to this Sources Sought should be received no later than 26 March 2013. All requests for further information must be in writing or via email; telephonic requests for additional information will not be honored. You may forward request for additional information and/or responses to Erin Lunney, Contract Specialist at, erin.e.lunney.civ@mail.mil, and Ms. Rosetta Wisdom-Russell, Contracting Officer at: rosetta.wisdom-russell.civ@mail.mil. Acknowledgement of receipt will be issued.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/02cd20e880b5c0fc18feb19f3130abf8)
- Place of Performance
- Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN02996738-W 20130228/130226234917-02cd20e880b5c0fc18feb19f3130abf8 (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 |