Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2016 FBO #5297
SOURCES SOUGHT

10 -- Sentinel Egypt F1 Radar Requirement

Notice Date
5/23/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-16-R-0139
 
Archive Date
7/8/2016
 
Point of Contact
Lillian M Davis, , Johnny L. Keith,
 
E-Mail Address
lillian.m.davis.civ@mail.mil, johnny.l.keith.civ@mail.mil
(lillian.m.davis.civ@mail.mil, johnny.l.keith.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a pre-solicitation sources sought announcement (SSA)/request for information (RFI) issued pursuant to Federal Acquisition Regulation (FAR) 15.2. The USG, Army Contracting Command-Redstone Arsenal is conducting a market survey to understand industry interest in supporting the following efforts: a. Production of eight (8) Sentinel F1 Radar Systems, including Antenna Transceiver Groups (ATGs), tools, test equipment, associated spares, and other required assets supporting the Sentinel Radar System for the Foreign Military Sales (FMS) customer. b. Development of a data package consisting of Acceptance Test Procedures (ATPs) and documentation required to fully describe the FMS radars and the associated manufacturing, test, and acceptance processes. c. Conduct of training, fielding support, and maintainer support as required by the FMS customer. No award is intended as a result of this request. The United States Government (USG) will not pay for information received. Responses to this notice are not offers and cannot be accepted by the USG to form a binding contract. SENTINEL PRODUCTION OVERVIEW: The Sentinel F1 is an advanced three-dimensional battlefield X-band, air defense, phased array radar, manned by a crew of two and equipped to support beyond visual range engagements. The Sentinel F1 provides air defense and surveillance of forward areas. It provides 360-degree air surveillance and acquisition tracking day or night, in adverse weather conditions, and in battlefield environments of dust, smoke, aerosols, and enemy countermeasures. The Sentinel F1 supports the digital battlefield by automatically detecting, classifying, identifying, and reporting Cruise Missile (CM), Unmanned Aerial System (UAS), Rotary Wing (RW), and Fixed Wing (FW) threats. The Sentinel Fs1 for the FMS customer will include an ATG integrated onto a mobile platform and communication interfaces. For this production effort the contractor shall fabricate ATGs and complete system integration to deliver a quantity of eight (8) Sentinels F1s conforming to technical performance requirements. The contractor shall also deliver tools, test equipment, associated spares, and other required assets for operation of the Sentinel F1 Radar Systems to be provided to the FMS customer. This effort shall include the development of a data package consisting of Acceptance Test Procedures (ATPs) and documentation required to fully describe the FMS radars and the associated manufacturing, test, and acceptance processes. This effort shall also include conduct of training, fielding support, and maintainer support as required by the FMS customer by a source with sufficient knowledge of this equipment. PERIOD OF PERFORMANCE The period of performance for production is 1 June 2017 - 30 September 2019. RESPONSE INSTRUCTIONS Concepts, technological ideas, and programmatic structures provided by respondents will be used to augment and refine future Government solicitations. Responses shall be provided in whitepaper format. Separate whitepapers should be provided for each part with qualifications for the effort. Each whitepaper should include a cost estimate for the concept provided. The information is requested in the form of unclassified, electronic Microsoft Word files (1 file per response, less than eight megabytes) attached to your email transmittal. If responses are classified, mail to the address provided below. In addition to the Microsoft Word file, a Microsoft Excel spreadsheet detailing the break-out of the expected cost should be included. The file name should contain the responder's name. If there are multiple responses provided by the same responder, unique file names shall be provided. Whitepapers submitted in response to this pre-solicitation SSA/RFI are limited to 10 pages, single-spaced, 11 font, Times New Roman, 1 inch margins, with embedded figures (if used) in Microsoft Word. The white papers will be reviewed by USG personnel and their support contractors. All information provided will be adequately protected. Any proprietary information must be identified. To be reviewed, the statement "Releasable to USG Agencies and their supporting Contractors for Review Only" must accompany any proprietary submission. The USG reserves the right to request further clarification or request presentations to enhance understanding of the respondent's submittal. Material from respondent whitepapers, with the exception of identified proprietary information, may be incorporated into future program documentation to include future solicitations. In accordance with FAR 15.201 (e.), responses to this SSA/RFI are not offers and cannot be accepted by the USG to form a binding contract. Responses are due 8 June 2016 at 4:00p.m. Central Standard time. Responses shall be delivered via mail or e-mail. For e-mail, send to Lillian Davis at Lillian.m.davis.civ@mail.mil. A return e-mail will confirm your submission was received. For mail, send to the Army Contracting Command-RSA, CCAM-SM-T, TMDE/CMDS Division, ATTN: Lillian Davis (W/S A300), Building 5250 Martin Road, Redstone Arsenal, AL 35898. For classified submissions the inner envelope address is Army Contracting Command-RSA, ATTN: Lillian Davis (W/S A300), Bldg 5250 Redstone Arsenal, AL 35898. For the outer envelope please use Army Contracting Command-RSA, ATTN: Security, Bldg 5250 Redstone Arsenal, AL 35898.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fbeb1f11dc483e3ff4853cddb4aab72c)
 
Record
SN04125598-W 20160525/160523234400-fbeb1f11dc483e3ff4853cddb4aab72c (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.