SOURCES SOUGHT
J -- Egypt TPS-59 VLM RFI
- Notice Date
- 10/10/2023 12:13:26 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- COMMANDER QUANTICO VA 22134-6050 USA
- ZIP Code
- 22134-6050
- Solicitation Number
- M67854-23-I-0097
- Response Due
- 10/25/2023 1:00:00 PM
- Archive Date
- 11/09/2023
- Point of Contact
- Taylor Neal, Phone: 5402700381, Sheila McCreery, Phone: 5405385102
- E-Mail Address
-
taylor.n.neal@usmc.mil, sheila.mccreery@usmc.mil
(taylor.n.neal@usmc.mil, sheila.mccreery@usmc.mil)
- Description
- NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government will NOT be responsible for any costs incurred in responding to this RFI or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a contractor's submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. 1. 0. Introduction: The Government of Egypt (GOE) procured five (5) AN/TPS-59(V)E radars via a Marine Corps Systems Command (MCSC) Foreign Military Sales (FMS) program.� These radars were manufactured and fielded between the Calendar Years (CY) 2000 and 2005.� Since that time, follow-on support has been provided by the MCSC International Programs Office (IPO) and Program Executive Office (PEO) Land Systems (LS).� Support has included a variety of elements, including replenishment spares, development of Engineering Change Proposal (ECPs), Contractor Engineering and Technical Services support, and Repair and Return (RoR) of failed Lowest Replaceable Units (LRUs).� At the outset of the program, RoR activities were accomplished through a combination of conventional RoR processing and use of Vendor Level Maintenance (VLM).� Conventional RoR processing involved submittal of failed LRUs to Marine Corps Logistics Base (MCLB) Albany which would determine if the failed items could be repaired at the Marine Corps depot, or if they required submittal to a vendor for Tear Down & Evaluation (TD&E), diagnosis, and repair of the failed units. The VLM process provides for shipping failed items directly from Egypt to a designated repair vendor for TD&E, diagnosis, and repair.� With the USMC�s divestment of the AN/TPS-59 radar program, MCLB Albany no longer provides RoR support for this system; subsequently, VLM has become the only option for implementing a repair and return program to support the Egypt AN/TPS-59V)3E radars.� VLM services for the Egypt AN/TPS-59(V)3E radars have been and continue to be provided by Lockheed Martin Corporation Rotary and Mission Systems (LM RMS), the Original Equipment Manufacturer (OEM) of the AN/TPS59(V)3E Radar. These services are currently being provided under MCSC contract �M67854-19-C-2017, which was awarded to LM RMS on a sole-source basis under statutory authority 10 U.S.C Section 3204(a)(4), as implemented in accordance with (IAW) the Federal Acquisition Regulation (FAR) 6.302-4(a)(2), International Agreements, wherein full and open competition need not be provided for when precluded by the terms of an international agreement or under the written directions of a foreign government reimbursing the agency for the cost of the acquisition of the supplies or services of such government. In accordance with the requirements of FMS Letters of Offer and Acceptance (LOA) EG-P-MBX and EG-P-RAM, the GOE has a continuing requirement for AN/TPS-59(V)3E repair and return support through the use of contracted VLM services.� All over-arching support requirements are identified in the LOAs and are provided in paragraph 1.2 below.� The Government does not own an AN/TPS-59(V)3E Technical Data Package (TDP); therefore, the AN/TPS-59(V)3E design TDP cannot be provided to industry.� Purpose: This RFI constitutes market research in accordance with FAR Part 10 and is not an RFP. The Marine Corps Systems Command is issuing this RFI, in support of PEO LS, to determine if more than one vendor has the capability to provide the support described in the Introduction listed above. � � � � 2. Objective: Data submitted in response to this RFI will be used to assess the marketplace environment for businesses capable of providing the support described below: a.� Provide technical expertise, test equipment, and test fixtures required to conduct TD&E of failed, or suspected failed, AN/TPS-59(V)3E Radar LRU�s.� This includes highly complex Circuit Card Assemblies (CCAs), power supplies, and other lower-level units designed by the OEM or its subcontractors, as well as other Commercial Off The Shelf (COTS) items incorporated into the radar design. This process includes diagnostic activities on the failed unit to determine if the item has in fact suffered a failure, and if a failure is repairable.� b.� Upon identification/confirmation of a failure, determine the exact component(s) which failed, procure the required replacement material(s), conduct repairs of the failed item.� c.� For items unable to be repaired due to DMSMS or other obsolescence issues, provide cost estimates to resolve those issues.� A majority of items in the radar were designed between 1995 and 2005, and face extensive Diminishing Manufacturing Sources and material Shortages (DMSMS) and other obsolescence issues. d.� Conduct post-repair testing to confirm repairs were successful and that the repaired item is operating correctly in accordance with system specifications to the level possible using available test equipment and test fixtures, but without an AN/TPS-59(V)3E Radar on hand. e.� Package, crate, and mark items for return shipment to Egypt utilizing the designated Egyptian Freight Forwarder. 2.0 Requested Information: Interested firms are requested to provide information that identifies their capability and ability to perform the required services described in paragraphs 1.2(a) thru 1.2(e) above.� Responses should include specific experience and capabilities for TD&E, repair, and verification testing of complex electronic assemblies similar to those used in the AN/TPS-59(V)3E Radar, including capabilities to diagnose to a component failure and to test repaired items without possessing the TDP and corresponding Acceptance Test Procedures for those items. 3.0 Response: Vendors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this RFI via a submission of an executive summary on 81/2 x 11 in paper, no more than 15 pages in length, using 12-point font describing product summary, complete technical characteristics, and spare parts support capability. All responses must include the following information: Company name, address, email, telephone number, point(s) of contact Commercial and Government Entity (CAGE) Code and DUNS number Size of business pursuant to North American Industrial Classification System (NAICS) code 811219 White paper providing capabilities and relevant past performance. Please be advised that any proprietary information must be marked as such on a page-by-page basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on a page-by-page basis. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary. Please do not submit proposals at this time. The Government is only seeking sources and information for market research to determine the availability of commercial capabilities in the described areas. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. Submittals will not be returned to the sender. Respondents will not be notified of the results of the evaluation. It is the contractor�s responsibility to check the System of Award Management (SAM) website at https://sam.gov/ to get additional data. Responses shall be submitted via e-mail to Sheila McCreery, sheila.mccreery@usmc.mil no later than 4:00 PM Eastern Time on 25 Oct 2023 with the subject line �RFI � M67854-23-I-0097.� Additionally, Vendors shall provide their company name and cage code with their requests. Telephone replies will not be accepted. Inquiries by telephone will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/626d12abd4b842168b4eb9bff8c61a74/view)
- Place of Performance
- Address: EGY
- Country: EGY
- Country: EGY
- Record
- SN06856485-F 20231012/231010230123 (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 |