Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2020 SAM #6764
SOURCES SOUGHT

R -- AH-64 Apache Fire Control Radar (FCR).

Notice Date
6/4/2020 6:06:08 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
PANRSA-19-P-0000-002410
 
Response Due
6/19/2020 2:30:00 PM
 
Archive Date
07/04/2020
 
Point of Contact
Stacie M. Sowell, Phone: 2568422000, Jerry A. Monroe
 
E-Mail Address
stacie.m.sowell.civ@mail.mil, jerry.a.monroe10.civ@mail.mil
(stacie.m.sowell.civ@mail.mil, jerry.a.monroe10.civ@mail.mil)
 
Description
The United States Government (USG) Army Contracting Command Redstone Arsenal (ACC-RSA) is seeking alternative sources that can provide sustainment support for the AH-64 Apache Fire Control Radar (FCR). The FCR is a monopulse, coherent Doppler radar system.� It is a multimode system capable of acquiring moving and stationary targets in ground and air environments.� It also provides navigational and piloting information on the surrounding terrain. Sustainment support encompasses depot level repair support, system training, reliability and maintainability engineering, logistics engineering, safety/human systems integration engineering, obsolescence engineering, configuration managing, supply management, �and other sustaining support. Sources should have the capabilities to manage and execute all repairs at the Line Replaceable Module and Line Repairable Unit level within a specified performance time limit, procure and make available all necessary repair components and materials at all drawing indenture levels, manage storage, issue parts, provide transportation, and maintain total asset visibility of all components within the FCR. �Sources should also be able to provide supply chain management, maintenance management, transportation, configuration management, reliability management, obsolescence management, inventory/asset management, interaction/updates for data within the Logistics Modernization Program, and perform detailed root-cause failure analysis on all unserviceable parts and assemblies. This effort is currently being performed by LONGBOW Limited Liability Company (LBL) located at 5600 Sand Lake Road, MP-205, Orlando, Florida 32819. This is a follow-on effort to contract W58RGZ-17-C-0027. 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 qualified sources are encouraged to submit written notification of their interest, qualifications, and technical concepts to Stacie Sowell, Contract Specialist, at Stacie.m.sowell.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.� All interested sources must submit their information no later than 15 days after the release date of this sources sought.� 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 Federal Business Opportunities (www.beta.SAM.gov) site for additional information pertaining to this notice. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.� Interested parties who want to be considered have 15 days after the release date of this sources sought, and need to 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.� 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. Questions concerning this announcement may be submitted via email to Stacie Sowell, Contract Specialist, at Stacie.m.sowell.civ@mail.mil �and/or Jerry Monroe, contract specialist, at jerry.a.monroe10.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/e00b437c896b464c86a0f3a04b316e50/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898-5280, USA
Zip Code: 35898-5280
Country: USA
 
Record
SN05681156-F 20200606/200604230158 (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.