SOURCES SOUGHT
29 -- Apache Gen II, Gen III and Gen IV Target Acquisition Designation Sight/Pilot's Night Vision Sensor (TADS/PNVS)
- Notice Date
- 5/19/2020 7:28:05 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-20-R-0252
- Response Due
- 6/5/2020 2:00:00 PM
- Archive Date
- 11/20/2020
- Point of Contact
- James J. Minnon, Jessica O'Connor
- E-Mail Address
-
james.j.minnon.civ@mail.mil, jessica.r.oconnor.civ@mail.mil
(james.j.minnon.civ@mail.mil, jessica.r.oconnor.civ@mail.mil)
- Description
- The United States Government (USG) Army Contracting Command � Redstone Arsenal (ACC-RSA) is seeking alternate sources for follow on production of Gen II, Gen III and Gen IV Target Acquisition Designation Sight/Pilot's Night Vision Sensor (TADS/PNVS), related subcomponents and ancillary services. The related subcomponents are Gen III Day Sensor Assembly (DSA), Gen II Laser Range Finder Designator (LRFD), Gen I and Gen II Turret, Flight Code Processor (FCP) and Gusset/Bracket Hardware Kit. These parts shall be installed on new or re-manufactured Apache Aircraft or new or re-manufactured Gen II and Gen III TADS/PNVS systems. This hardware must interface with existing unmodified equipment as well as provide commands for control of existing sub-systems. Interfaces with other equipment is critical to maintain proper operation of the Apache, particularly because the TADS/PNVS operates on a flight-stabilized servo gimbal. Extremely small tolerances in mass, balance, electromagnetic interference, optical properties, and many manufacturing techniques must be carefully controlled within the system to ensure performance. The first shipments, including any required qualification, first article testing and production readiness review, must support deliveries no more than twenty-four months after contract award at the sustained rate of up to fifteen per month.� The Government does not own the complete TADS/PNVS Technical Data Packages (TDPs). Contractor must possess the technical data requirements and tooling to repair and support Gen II, Gen III and Gen IV TADS/PNVS on the AH-64E productions line and conduct reset on redeployed TADS/PNVS to include engineering change proposals and Modification Work Orders.� Capability to provide technical engineering data requirements, logistic services, and program support to develop and conduct Electronic Logistics Assistance Representative training course. The U.S. Government (USG), ACC-RSA seeks qualified vendors to provide design information, technology availability, product maturity, identification of risk, product descriptions, support requirements, reliability data including Mean Time Between Failure (MTBF) data addressing all or any part of the requirements or discussion points detailed above.� Additionally, sources shall have a strong background, history and/or past performance in streamlining and facilitating rapid acquisition, addressing obsolescence, enhancing USG-contractor interactions, and containing cost with comprehensive cost controls.� The vendor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish production, test, packing, preservation, packaging, and return to the USG in a completely serviceable/like new condition.� The vendor will be responsible for recurring and nonrecurring engineering services associated with becoming a qualified source, and for supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues, and delivery of serviceable/like new assets.� Responders shall provide their product's Technology Readiness Level number and back it with evidentiary data.� Interested vendors are encouraged to provide substantiated evidence of their capabilities and successes in the areas cited above. All interested and qualified sources are encouraged to submit written notification of their capabilities and technical concepts to James J. Minnon, Contracting Officer, at james.j.minnon.civ@mail.mil and Jessica R. O�Connor, Contract Specialist at jessica.r.oconnor.civ@mail.mil. The submission of this information is for planning purposes and is not to be construed as a commitment by the USG to procure any items, nor does the USG intend to award on the basis of this request for sources sought or otherwise pay for the information solicited.� This notice does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This notice does not commit the Government to contract for any supply or service whatsoever.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.� All costs associated with responding to this notice will be solely at the responding party's expense.� Not responding to this notice does not preclude participation in any future RFP, if any is issued.� Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contact. It is the responsibility of the interested parties to monitor the BetaSAM.GOV website at https://beta.Sam.gov/ for additional information pertaining to this notice. Follow-up discussions may be conducted with respondents.� It is desirable that data be received with unlimited rights to the Government.� Nevertheless, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.� Interested parties who consider themselves qualified to perform the above listed service must submit a response no later than 4:00pm central standard time on 05 June 2020, which includes the following information: (1) Organizational name, address, email address, website address, telephone number, and size and type of ownership for the organization; (2) Tailored capability statement addressing the particulars of this effort.� Questions concerning this announcement may be submitted via email to James J. Minnon, Contracting Officer, at james.j.minnon.civ@mail.mil and Jessica R. O�Connor, Contract Specialist at jessica.r.oconnor.civ@mail.mil. NO TELEPHONE INQUIRIES WILL BE ACCEPTED OR ACKNOWLEDGED, AND NO FEEDBACK OR EVALUATIONS WILL BE PROVIDED TO COMPANIES REGARDING THEIR SUBMISSIONS.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2f33fbe35bbc45699b2af3c6c9a03c7b/view)
- Record
- SN05663309-F 20200521/200519230158 (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 |