MODIFICATION
58 -- Production and Sustainment of the AN/TPQ-50 Radar System
- Notice Date
- 2/16/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGY-18-R-0007
- Archive Date
- 3/21/2018
- Point of Contact
- Cherie J. Gomes,
- E-Mail Address
-
cherie.j.gomes.civ@mail.mil
(cherie.j.gomes.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Announcement (SSA) for Production and Sustainment of the AN/TPQ-50 Radar System 1. Description. The Government is issuing this SSA to assess industry's interest in and ability to satisfy the Government's requirement. The results of this market research will be utilized in acquisition planning; therefore, responses from industry are highly encouraged. The Government has a requirement for production and sustainment of the AN/TPQ-50 radar system, which it contemplates filling through the use of an indefinite delivery/indefinite quantity (IDIQ) contract vehicle. Results of this market research will help determine if full and open competition, other than full and open competition, or a full or partial small business set aside is most appropriate for this acquisition. This SSA shall not be considered as an invitation for bid, request for quotation, or request for proposal. It shall not be used as the basis for a proposal. This SSA is being issued to obtain information from interested sources regarding their ability to satisfy the Government's requirement. The Government will not reimburse responders to this notice for any costs incurred in responding, or in any subsequent exchange of information. 2. Background. The AN/TPQ-50 (previously referred to as the AN/TPQ-48(V)3 or (V)3) is a lightweight, man-portable weapons locating radar that provides continuous 360-degree surveillance to detect, locate, and report enemy rocket, artillery and mortar (RAM) firing positions. This contemplated contract is intended to provide a single contract vehicle with sufficient scope, ceiling, and period of performance for development, modification, production, engineering support, logistics support, repair, and sustainment for the AN/TPQ-50 system (including variants), components, assemblies, spare and repair parts. 3. Description of Requirement. The Government owns a build-to-print technical data package (TDP) for the system and all spare and repair parts. This TDP will be provided to the winning offeror(s) as Government Furnished Information (GFI) upon award. A reading library will be established to allow prospective offerors the opportunity to view and provide feedback on the TDP. Industry may request access to the TDP via response to this SSA. The scope of the effort is as follows: a. Production of equipment, systems (including all configurations), components, and spare, provisioning and repair parts to satisfy both current and future requirements for the United States Army, foreign military sales (FMS), and other participating services. b. Procurement of components, assemblies and/or spare and repair parts and repair services for any contractor-supported items on either a permanent or interim basis, as required by the Communications-Electronics Command (CECOM) Integrated Logistics Support Center (ILSC). c. Development, test and evaluation, integration and deployment of pre-planned product improvement (P3I), technology refreshment, modification kits, and identify and implement strategies to overcome obsolescence issues or parts availability. d. Contractor support of deployed systems in both CONUS and OCONUS locations. This includes, but is not limited to deployment to hostile and rapidly changing environments. This includes deploying field service representatives (FSRs) and/or technicians for system maintenance and repair, and/or maintaining a contractor depot in either location for items that are not supported via organic depot. e. Execution of contractor engineering tests, and support of Government technical tests, live fire tests, operational tests and demonstrations, and capabilities and limitations tests and demonstrations as required. f. Develop, update or modify technical and logistics program documentation. 4. Information Requested. All responses to this SSA should include sufficient information to enable the Government to assess industry interest and ability to satisfy the requirement. a. The following information is requested: (1) Identify the role the company is interested in: prime contractor, subcontractor, or joint venture partner. (2) Provide a summary of relevant experience with ground based radar technologies, with emphasis on experience related to the AN/TPQ-50 radar in its various configurations. (3) Provide a summary of your existing production and repair experience, capabilities, and facilities. (4) Provide any other relevant information regarding the ability to satisfy this requirement. b. Administrative Requirements. (1) All responses must include a cover page with the following information: i. Company Name ii. Mailing Address and Website iii. Point of contact, with phone number and email address iv. Commercial and Government Entity (CAGE) code v. Data Universal Numbering System (DUNS) number vi. Identification of business size, i.e. U.S. large or small business. Small businesses must identify any applicable socio-economic categories such as small disadvantaged business, service-disabled veteran-owned small business, 8(a), woman owned small business, etc. vii. Facility Clearance Level (FCL). A facility clearance is not required to submit a response, but will be necessary prior to beginning any classified work. (2) The Government will verify all company information via the System for Award Management (SAM) database. Responses to this SSA must be unclassified, and must not exceed 10 pages in length (includes cover page, table of contents, and any attachments). Responses must be with fonts no smaller than 10 point, and one inch margins. Present information requested in one continuous form in Microsoft Word and/or Microsoft PowerPoint or.pdf. Information will be provided through e-mail only. Respondents should ensure that proprietary and for official use only (FOUO) information is properly labeled. 5. Submission Information. All interested firms that possess the capabilities herein are encouraged to respond to this notice by providing the information specified herein, on or before 2:00 p.m. Eastern Standard Time (EST) on 6 March 2018. Information shall be submitted via email to the Contract Specialist identified as the point of contact. Telephone or email requests for additional information will not be honored. All documentation submitted shall become the property of the Government. The Government reserves the right to utilize and share with industry any information suggested, unless information is identified with proprietary or business sensitive markings and unique to your company.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8580fbe566ccc874219a840183ec80af)
- Record
- SN04827042-W 20180218/180216231325-8580fbe566ccc874219a840183ec80af (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 |