SOLICITATION NOTICE
J -- Sustainment Support for the Low-Rate Initial Production (LRIP) AN/PRC-155(V)2 Manpack Radio and Variant Radio Configurations - RFI Documents
- Notice Date
- 2/13/2018
- Notice Type
- Presolicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W15P7T) Division B, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-15-C-0002-P00023
- Archive Date
- 9/28/2018
- Point of Contact
- Sharon A. Peterson, Phone: 4438614971
- E-Mail Address
-
sharon.a.peterson15.civ@mail.mil
(sharon.a.peterson15.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Appendix 9 - Failure Analysis and Repairs Report Spreadsheet Att 0010 - Vol II HW-SW Ext LRIP Manpack PWS Att 0010 - Vol I Base Contract LRIP Manpack PWS This is a Request for Information (RFI) only. This is not a request for Quotations or Proposals. The U.S. Government will not reimburse contractors or responders to this notice for any costs incurred in responding or in any subsequent exchange of information. The USG reserves the right to reject, in whole or in part, any private sector input as a result of the Market Survey. The USG is not obligated to notify respondents of the results of this survey. All proprietary and restricted information shall be clearly marked. Any documentation provided will not be returned. All interested sources are invited to provide responses to the questionnaire. Please submit responses to the questionnaire electronically as one complete document in the questionnaire structure in a format chosen by the responder. Sustainment Support Requirements: Sustainment support is required for the Low Rate Initial Production (LRIP) AN/PRC-155(V)2 Manpack Radio and the AN/VRC-116(V)1, AN/VRC-117(V)2, and AN/TRC-230 variant configurations. Sustainment requirements include: 1) the repair of previously delivered Manpack Radios to include LRIP Manpack Radio Receiver-Transmitters (RT) RT-1967C/U, AM-7657 High Power Amplifiers, AM-7656/G Mobile User Objective System (MUOS) High Power Amplifiers, AN/VRC-116(V)1 LRIP Manpack Radio Single Vehicle Mount V3 Adapters, AN/VRC-117(V)2 LRIP Manpack Radio Dual Vehicle Mount Backplane Trays, AN/VRC-117(V)2 LRIP Manpack Radio Dual Vehicle Mount Adapters, and AN/TRC-230 LRIP Manpack Radio Tactical Operations Center Transit Cases; 2) hardware failure analysis and repairs reporting; 3)software maintenance support and the preparation and/or update and delivery of software documentation; 4) updates and/or repairs to software test tools and software debugging tools and devices; 5) technical support to maintain software certifications and compliances for the LRIP Manpack Radio software baseline; 6) configuration management and Engineering Change Proposal preparation; 7) Diminishing Manufacturing Sources and Material Shortage and parts obsolescence management; and 8) Field Service Representative technical support. NOTE: The USG does not possess technical data below the Line Replaceable Unit (LRU) level to support the completion of sustainment support requirements identified in this Market Survey. 1. Describe how each of the identified sustainment support requirements will be met as described in Volume II of the PWS. 2. Are there any aspects of the identified sustainment support requirements that will be difficult to deliver, or require an extended lead-time to complete as described in Volume II of the PWS? If yes, describe the technical challenges, actions that will be taken to address the technical challenges, and the associated schedules to provide the identified sustainment support. 3. Identify any challenges expected to be encountered to meet the 90 calendar day Depot Level Repairable (DLR) repair turnaround time, and describe the actions that will be taken to maximize the percentage completion of repair actions within this timeframe as described in Volume II of the PWS. 4. Describe the experience and expertise the vendor possesses regarding the software development and software maintenance with software defined radios; the Joint Tactical Radio System and Joint Tactical Networking Center standards, and Common Object Request Broker Architecture (CORBA) technology? 5. Describe the software maintenance environment the vendor possesses capable of supporting sustainment of the Manpack Radio software baseline. 6. Describe the experience and expertise the vendor possesses with DoD communications waveforms and with software certifying agencies, to include the National Security Agency, and the Joint Interoperability Test Command. 7. Identify the current software quality management certifications the vendor possesses. Please provide any questions, comments, or feedback addressing the sustainment identified in this RFI posting. Interested parties should submit the requested information no later than 12:00 PM Eastern Standard Time (EST) on 28 February 2018 by email to sharon.a.peterson15.civ@mail.mil. When submitting responses, please reference RFI No. W15P7T-15-C-0002-P00023 in the subject line. The USG does not guarantee that questions received will be answered. Answers to questions may be distributed to all interested bidders unless the question is identified as propriety. Telephone responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3b10754b5ece16f6792cbf9f58409e40)
- Record
- SN04821154-W 20180215/180213231317-3b10754b5ece16f6792cbf9f58409e40 (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 |