Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2015 FBO #4926
SOURCES SOUGHT

58 -- Sources Sought Notice for Acquisition of Common Sensor Payload (CSP) Production and System Support.

Notice Date
5/19/2015
 
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
W56KGY-16-D-CSP1
 
Response Due
6/3/2015
 
Archive Date
7/18/2015
 
Point of Contact
christopher fisher, 4438614765
 
E-Mail Address
ACC-APG - Aberdeen Division B
(christopher.m.fisher24.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this market survey is to locate potential industry sources capable of providing the following under a single contract for the Common Sensor Payload (CSP): acquisition of payloads and spares, repair, sustainment logistics, engineering support, and software support. The CSP is a multi-sensor day/night imaging payload composed of the Turret Unit (TU) and the Electronics Unit (EU). The TU incorporates an Eye-safe Laser Rangefinder (ELRF), Laser Target Marker (LTM), and Laser Spot Tracker (LST). An Electro-Optic (EO) sensor within the TU provides Standard and High Definition color or monochrome imagery during daytime conditions and an Infrared (IR) sensor provides Standard and High Definition imagery during various environmental conditions, both day and night. Both TU and EU are flight qualified hardware for the Gray Eagle Unmanned Air Vehicle (UAV) and other rotary wing platforms. Required support is as follows: a)Acquisition of CSP payloads and associated spare items; b)Repair, retrofit, and modification of fielded CSP hardware; c)Sustainment logistics, including but not limited to CONUS and OCONUS Field Service Representatives (FSR); d)CONUS and OCONUS Engineering Support, including but not limited to Engineering design activities and Technical reach back support for CSP hardware and software/firmware (SW/FW) for the payload and components. Interested vendors are required to provide an approach on how to meet the above requirements and be able to demonstrate CSP requirements and capabilities. The planned acquisition is a three (3) year base contract, with two (2) potential option years. The Government anticipates contract award in Q1FY17. The contract is to be a hybrid contract to include Cost-Plus Fixed Fee (CPFF), Cost (No Fee) for travel, material and ODCs, and Firm Fixed Price (FFP) elements. Your response to this 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 this SSN request. Interested sources possessing the capability of meeting all of the requirements and conditions outlined above must so indicate by responding via email to Point of Contacts (POCs) identified herein. All submissions must include full company names, POCs to include, name, position, office and telephone numbers and email addresses. Qualified sources capable of demonstrating capability to meet this proposed action are encouraged to respond to this SSA by providing the requested information noted above in compliance with the dates posted above. The current provider is Raytheon Company, 2501 W University Drive, McKinney, TX 75070-2813. Raytheon currently maintains support/configuration management of CSP hardware and maintains the software source code. The Government has limited documentation on hardware modules and 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 EO/IR Payloads POC, S. Jamie Jones, Email: stephen. j.jones50.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/34445243f6f26628bb080e16e4e009cb)
 
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
SN03736865-W 20150521/150520000147-34445243f6f26628bb080e16e4e009cb (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.