Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2015 FBO #4823
SOURCES SOUGHT

59 -- Vehicle and Dismount Exploitation Radar (VADER) Payload System

Notice Date
2/5/2015
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
W56KGY-14-D-0004
 
Response Due
2/19/2015
 
Archive Date
4/6/2015
 
Point of Contact
Erin Hynes, 4438614799
 
E-Mail Address
ACC-APG - Aberdeen Division B
(erin.hynes@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The VADER system consists of the three (3) major sub-systems: radar payload, VADER Exploitation Ground Station (VEGS) hardware and software, and platform integration interface. The A-kit is the interface between the payload and the platform that is unique to each air vehicle (i.e., cabling, power inverter, buffer box, installation hardware, vibration isolators, flight recorders, operator stations). The B-kit encompasses the core radar components that are common to all VADER systems regardless of air vehicle platform-of-use (i.e., Receiver, Exciter, Processor (REP), antenna pod assembly, and all incorporated software, configured for form-factor differences for the given platform). The purpose of the market survey is to locate potential industry sources capable of providing the necessary procurement of additional systems and providing system support services for the Vehicle and Dismount Exploitation Radar (VADER) Payload System. The required supplies and services include; but, is not limited to: i)Product Support Management; ii)Sustainment Management; iii)Engineering and Software Support for VADER hardware (HW) and software/firmware (SW/FW) for the Payload, A-kit, and GSA (Ground Station Application) and VEGS HW/SW components; iv)Maintenance Planning and Management; v)Materiel Maintenance Support for updating, maintaining, and sustaining the VADER Payload and ground station SW/HW components; vi)Logistics/Configuration Management; vii)Associated Support and Testing Tools; viii)Field Service Representatives (FSRs) Support for depot repairs and maintenance at CONUS/OCONUS locations; ix)Supply Support; x)Personnel; xi)Personnel Training and Training Support xii)Operator and Maintainer Technical Manual documentation; xiii)Equipment Retrofit/Modifications; xiv)Depot Level Repairs; xv)Information Assurance Support; xvi)Acquisition Support for/of Payload Elements and Spare Parts; xvii)Technical and reach back support for VADER Payloads at CONUS/OCONUS locations; xviii)Facilities required to deploy and maintain the readiness and operational capability of the VADER, subsystems, and components. Interested vendors are required to provide an approach on how to meet the above requirements and be able to demonstrate VADER capabilities. The planned acquisition is a three (3) year Indefinite Delivery Indefinite Quantity (IDIQ) base contract with Firm Fixed Price (FFP) for acquisition efforts/support; Cost Plus Fixed Fee (CPFF) for associated services and support; and Cost (No Fee) for travel, material, and ODCs. The IDIQ contract vehicles will be utilized to procure systems and provide support functions required to deploy and maintain the readiness and operational capability of the VADER Ground Moving Target Indicator (GMTI)/Dismount Moving Target Indicator (DMTI) sensor system. The Government anticipates contract award in 2QFY15. Your response to the Sources Sought Notice (SSN) will be treated as information only. The 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 the response. The Government does not intend to pay for the information submitted in response to the SSN request. The current provider is Northrop Grumman Electronic Systems (NGES), 1580A W Nursery Rd, Linthicum Heights, MD 21090. NGES maintains support/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. Responses to the market survey as a potential source of the described support/services are due within 15 days of the posting date. Send responses to Product Manager Manned Aerial Reconnaissance and Surveillance Sensors (PM MARSS) POC, Mr. Ronald Rizzo, Email: ronald.s.rizzo.civ@mail.mill Contracting Office Address: ACC-APG - Aberdeen Division C, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846 Place of Performance: ACC-APG - Aberdeen Division C HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD 21005-1846 US Ronald (Boomer) Rizzo, 443-861-1969 Kristen Pickelsimer, 443-861-2297 Contracting Office Address: ACC-APG - Aberdeen Division C, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROUND, MD 21005-1846 Point of Contact(s): Mike Peduto, 443-861-5362 Erin Hynes, 443-861-5361
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/931dccd12b918f86db68fbeecce2f3f9)
 
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
SN03634731-W 20150207/150205235755-931dccd12b918f86db68fbeecce2f3f9 (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.