Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2020 SAM #6699
SOURCES SOUGHT

J -- DEVELOPMENT OF NEXT GENERATION TOWER TRACK CAPABILITY

Notice Date
3/31/2020 11:10:48 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
U S ARMY DEPOT TOBYHANNA TOBYHANNA PA 18466-5079 USA
 
ZIP Code
18466-5079
 
Solicitation Number
NEXT_GENERATION_TOWER_TRACK_MAR_2020
 
Response Due
4/30/2020 1:30:00 PM
 
Archive Date
04/30/2020
 
Point of Contact
Joseph Kuligowski, Phone: 570-615-9218, Ngoc Dang, Phone: 570-615-8498
 
E-Mail Address
Joseph.r.kuligowski.civ@mail.mil, Ngoc.n.dang2.civ@mail.mil
(Joseph.r.kuligowski.civ@mail.mil, Ngoc.n.dang2.civ@mail.mil)
 
Description
Request for Information (RFI)/Sources Sought TITLE: DEVELOPMENT OF NEXT GENERATION TOWER TRACK CAPABILITY NOTICE NUMBER: NEXT_GENERATION_TOWER_TRACK_MAR_2020 DISCLAIMER: THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE. This is not a solicitation. This request for capability information does not constitute a request for proposal (RFP). This Request for Information (RFI)/Sources Sought is issued solely for market research information and planning purposes only and does not constitute a solicitation. Responses will be treated as information only and will not be used as a proposal. The information submitted in response to this RFI may be used to help the Government further define its requirements. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to make an award on the basis of this RFI. Companies responding to this RFI are advised their response does not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI that indicate that the information therein is proprietary, or represents confidential business information, will be received and held in confidence. Proprietary information submitted, as part of responses to the RFI, should be clearly identified and it will be treated as such. The Government reserves the right to follow up on a one-on-one basis with RFI respondents to gain additional information or clarity about information submitted. 1.0 PURPOSE AND OBJECTIVES: Tobyhanna Army Depot (TYAD) is issuing this RFI as a means of conducting market research to determine the availability of industry and academic sources with the capabilities and capacity to provide engineering solutions and/or research and development with respect to performing far field measurements of beam pointing accuracy for AN/TPQ-36(V)12 as well as AN/TPQ- 37(V)10 radar systems. The applicable North American Industry Classification Systems (NAICS) code assigned to this effort is: 541715. 2.0 SUMMARY OF SYSTEM: TYAD is seeking potential sources with the capability to provide solutions for the mobile far field capability to measure beam pointing accuracy for AN/TPQ-36(V)12 as well as AN/TPQ-37(V)10 radar systems. Request for Information (RFI)/Sources Sought 3.0 PROJECT REQUIREMENTS: TYAD is providing the following as an overall review of requirements that have been identified due to past experience with similar equipment. All of the following requirements may not necessarily be included upon posting in the event of a solicitation, as this notice is to provide market research as to what is currently available, versus what would need to be developed. 3.1 General Requirements: ? Deliver hardware and software to record beam pointing accuracy. ? Deliver post processing software to analyze beam pointing accuracy errors. ? Develop the algorithm to minimize beam pointing accuracy errors and meet the design specification. ? Conduct technical design reviews at 30%, 60%, and 90% completion. 3.2 Documentation Requirements: ? Deliver user manual, parts list, design drawings and a copy of the executable software upon delivery. 4.0 AVAILABILITY OF SPECIFICATIONS: Design specifications/drawings and technical data are available for review to assist in assessing the capabilities sought. Distribution is limited to those interested parties that possess an active registration with the Joint Certification Program (JCP). The link to the JCP may be found at: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP.aspx The TYAD Points of Contact (POC) listed below may be contacted in order to obtain the documentation. Please include your company's cage code when forwarding your request. Upon verification of an active JCP registration, the documentation will be provided. 5.0 SUBMISSION REQUIREMENTS FOR CAPABILITY STATEMENT: 5.1 Capabilities Requested Any interested organizations are invited to submit a capability statement in writing in response to this notice. The organization should be able accomplish the following criteria: (i) Demonstrate the ability of the organization to provide a cost-effective solution for performing far field measurements of beam pointing accuracy for AN/TPQ-36(V)12 as well as AN/TPQ-37(V)10 radar systems. (ii) Demonstrate the capability of the organization to provide solutions for the mobile far field capability to measure beam pointing accuracy for AN/TPQ-36(V)12 as well as AN/TPQ- 37(V)10 radar systems. This can take the form of documented experience with similar systems, or the outline of a proposed architecture with sufficient detail that it can be assessed for its ability to meet requirements regarding capability, sustainability and affordability. Request for Information (RFI)/Sources Sought 5.2 Qualifications Capability statements received should highlight the organization�s qualifications to take on the workload in this notice. Respondents should highlight their understanding of the system requirements, capability to meet these requirements, similar experience with previous projects, and their proposed method of achievement. ? Understanding of system requirements �Express specific instances in which you assisted a customer with collecting/monitoring data in a similar situation. ? Past experience � Provide an outline of previous similar projects; specifically where a customized solution was provided to meet the customer�s requirements. Outline extensive experience with and the ability to perform the requested tasks ? Method of achievement �Interested organizations are requested to identify challenges and risks associated with meeting the requirements as stated in this notice, along with a high-level plan to minimize those risks. Any other specific and relevant information about this particular area of procurement that would improve the government�s knowledge of interested organizations� capabilities. Documentation may include, but not be limited to, contracts both Government and commercial, identification of the organization for whom the work was performed (include government points of contact both technical and contractual), references, (i.e. names, titles, telephone numbers), and any other information serving to document the organization's capability, e.g., awards, commendations, etc. 5.3 Format For clarity and consistency, TYAD requests that responses are provided in .pdf or .doc format and do not exceed ten (10) pages using 12 point Arial font. Capability statements must include the name of the organization (or organizations, if teaming), at least one point of contact, address(es) of organization(s), phone number(s), email address(es), website address(es), NAICS code(s), and size/type of ownership for the organization(s). 5.4 Small Business Specification Requirements Please specify any claimed socio-economic status such as, but not limited to, the following: a small business, 8(a) certified program participant business, small disadvantaged business, veteran-owned business, service-disabled, veteran owned business, HUBZone small business, women-owned small business, or large business. Capability statements addressing the particulars of this effort should be supplied with appropriate documentation supporting claims of both organizational and staff capability. A small business may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement exists, the response to this RFI notice must clearly define the portion of work that will be performed by each organization. Please reference FAR clause 52.219-14 entitled, �Limitations on Subcontracting (Jan 2017)�, stating that a minimum of 50% of the total cost of all services provided must be incurred by or for personnel of the small business. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements in their capability statement/documentation. Request for Information (RFI)/Sources Sought 6.0 SUBMISSION INSTRUCTIONS & CONFIDENTIALITY: Responses to this notice shall be provided via email to the TYAD POCs listed below, no later than 1630 EST on 30 APR 2020. Late submissions will not be accepted or considered after the stated timeframe. If you have technical or contracting question(s) prior to submission, please send your written questions via an e-mail to the technical POCs listed below only. Organizations responding to this notice may be contacted by the technical POCs to clarify or provide additional information to the data submitted. No feedback or evaluations will be provided to companies regarding their submissions. Considerations will be for United States based companies only. Please mark any and all classified, confidential, or proprietary information in the organization�s response accordingly. TYAD reserves the right to use any/all information submitted by, or obtained from, an interested organization in the creation of a competitive solicitation. Please note, if a solicitation, or multiple solicitations, are posted in the future, they will be issued by separate solicitation number(s) on Fed Biz Ops. Ngoc Dang Electronics Engineer Ph: 570-615-8498 Ngoc.n.dang2.civ@mail.mil Joseph Kuligowski Electronics Engineer Ph: 570-615-9218 Joseph.r.kuligowski.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8d89797a24604699b790424764e3ae6d/view)
 
Place of Performance
Address: Tobyhanna, PA 18466, USA
Zip Code: 18466
Country: USA
 
Record
SN05606323-F 20200402/200331230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.