Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2020 SAM #6730
SOLICITATION NOTICE

58 -- Common Infrared Countermeasure (CIRCM) System B-Kit Production Hardware and Services

Notice Date
5/1/2020 1:35:24 PM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-20-R-0163
 
Response Due
5/18/2020 6:00:00 AM
 
Archive Date
06/02/2020
 
Point of Contact
Jennifer McClure
 
E-Mail Address
jennifer.l.mcclure14.civ@mail.mil
(jennifer.l.mcclure14.civ@mail.mil)
 
Description
**ATTENTION** ALL FORMAL COMMUNICATION RELETED TO THIS ACQUISITION MUST BE DIRECTED TO: JENNIFER MCCLURE, CONTRACT SPECIALIST, ARMY CONTRACTING COMMAND - REDSTONE; EMAIL: JENNIFER.L.MCCLURE14.CIV@MAIL.MIL. NO TELEPHONE CALLS WILL BE ACCEPTED. The Army Contracting Command-Redstone, on behalf of the Project Manager, Aircraft Survivability Equipment (PM ASE), intends to solicit a five (5) year effort for production and support of the Common Infrared Countermeasure (CIRCM) System and Subsystems; including software, engineering, and logistics support services. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334511. The CIRCM Program is a U.S Army Acquisition Category 1C (ACAT 1C) program. This effort will be for the production of B-Kits which consists of two lasers, two pointer trackers, and one system processing unit and the associated software and firmware which have been tested and qualified by the U.S. Army. These B-Kits will be integrated, under this contractual effort, with an installed A-Kit on potentially all rotary wing and fixed wing aircraft within the Department of Defense. The B-Kits will be manufactured in accordance with the Government's specifications. This contract will also include repair, depot and fielding logistics for a period of five years. Software improvements and sustainment builds will also be included on this contractual effort. This effort also includes Interim Contractor Logistics Support (ICLS) for recurring Continental United Stated (CONUS)/Outside Continental United States (OCONUS) support, priority support, and system reset and repair requirements for the CIRCM systems to include Test Equipment and Support Equipment (TE/SE). Contractor must provide repair facilities for the CIRCM system and be capable of repairing/replacing the Shop Replaceable Unit (SRU) level, provide hardware and software technical support, and demonstrate the capability of sustaining the system during this ICS period. In order to directly support the program manager in all efforts, there is a need to establish and maintain Systems Engineering, Integration and Test (SEIT) capability to support the CIRCM system during production and deployment. This contract shall be staffed to manage SEIT activities and to establish effective control over the systems engineering technical and management processes for the CIRCM system (both Hardware and Software). The required technical support shall include management of sub-contracted items and services, contract cost, performance, and schedule requirements. The Government intends to release a DRAFT Request for Proposal (RFP) for this effort. The Government will not award a contract on the basis of this DRAFT RFP and no proposals will be accepted at this time. Comments or questions will be accepted and responded to. It is anticipated this this effort will be awarded to a single contractor. Pursuant to 10 United States Code (U.S.C.) 2304 (c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1(a)(2), the Government intends to solicit and negotiate with only one source: Northrop Grumman Systems Corporation (NGSC), 600 Hicks Road, Rolling Meadows, IL, CAGE Code: 26916. Interested firms should contact the source for subcontracting possibilities. This is NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTES.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/31f15d11c72340818f2b6b0edf5e595c/view)
 
Place of Performance
Address: Huntsville, AL 35806, USA
Zip Code: 35806
Country: USA
 
Record
SN05643113-F 20200503/200501230143 (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.