SOURCES SOUGHT
58 -- Sources Sought Announcement (SSA) for Full Rate Production (FRP) Systems, Parts, Contractor Support Services (CSS) and Interim Contractor Support (ICS) Requirements for the AN/TPQ-53 Radar System
- Notice Date
- 4/17/2024 7:53:20 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- Q53APR2024
- Response Due
- 5/17/2024 11:00:00 AM
- Archive Date
- 05/17/2024
- Point of Contact
- Christopher M. Laird, Phone: 3025338533, Megan Farley, Phone: 4436558125
- E-Mail Address
-
christopher.m.laird2.civ@mail.mil, megan.d.farley2.civ@mail.mil
(christopher.m.laird2.civ@mail.mil, megan.d.farley2.civ@mail.mil)
- Description
- Notice Type: �Sources Sought Announcement (SSA) for Full Rate Production (FRP) Systems, Parts, Contractor Support Services (CSS) and Interim Contractor Support (ICS) Requirements for the AN/TPQ-53 Radar System 1.� Synopsis� �The Government is issuing this SSA to assess industry�s ability to satisfy critical Army support for FRP systems for the program of record and foreign military customers, obsolescent and spare parts production, CSS, and ICS requirements for the AN/TPQ-53 Radar System.� This effort specifically requires significant technical and engineering knowledge, in-depth system hardware and software expertise, as well as, demonstrated integrated logistics support experience.� This SSA shall not be considered as an invitation for bid, request for quotation, or request for proposal.� It shall not be used as the basis for a proposal.� This SSA is being issued to obtain information from interested sources regarding their ability to satisfy the Government�s critical requirement.� 2.� Background� The AN/TPQ-53 is a highly mobile radar set that automatically detects, classifies, tracks, and locates the point of origin of projectiles fired from mortar, artillery, and rocket systems with sufficient accuracy for first round fire for effect.� It is deployable as part of the Counter-Rocket Artillery and Mortar (C-RAM) system of systems (SoS) to provide a sense and warn capability for fixed and semi-fixed sites. The AN/TPQ-53 provides a net ready system with increased range and accuracy throughout a 90-degree search sector (stare mode) as well as 360 degree coverage (rotating) for locating mortar, artillery and rocket firing positions. The AN/TPQ-53 mission essential capability is transportable by C-17 aircraft with battlefield mobility provided by the family of medium tactical vehicle (FMTV) to support full spectrum operations. The AN/TPQ-53 Radar System was designed, developed and is in current full rate production (FRP) with Lockheed Martin (Liverpool, NY).� 3. Description of Requirement ��� a.� Production of FRP program of record and foreign customer radar systems. � � b.� Full rate production parts production requirements include obsolescent and spare parts. � � c.� Contractor support services requirements include program management, systems engineering, testing and reliability, software� engineering, testing and integration, information assurance, security, cyber-security, system safety, quality assurance, and configuration management. ��� d.� Interim contractor support requirements include:� repair activities, command center support, reliability support, training, engineering field support, Field Service Representatives (FSRs) support, logistics product updates (to include but not limited to:� Interactive Electronic Technical Publication (IETP) and Repair Part Special Tools List (RPSTL) updates, logistics analysis and demilitarization plan); product updates (to include but not limited to:� configuration updates, Government approved engineering change proposals) management and control, test support, component procurement, maintenance and support documentation and diminishing resources/obsolescence management services and update to all pertinent logistics products and support documentation affected by any change to the system.� This requirement supports efforts for the AN/TPQ-53 Radar Systems to be operated and maintained to operational and maintenance standards.� Execution of these efforts fulfills the Government�s requirement to maintain the operational readiness of the AN/TPQ-53 Radar Systems during Government and test events, as well as ensures the availability of these critical warfighter capabilities to effectively operate and maintain the AN/TPQ-53 Radar Systems produced under the current contract.� The ability to execute the requirements is dependent upon possessing the knowledge and understanding of the systems technical performance requirements, the system�s software requirements, the system�s configuration requirements, system components, and performance characteristics, operation, maintenance, troubleshooting and repair of the system, as well as, the training materials and technical information required for the operation, maintenance, troubleshooting, and repair of the AN/TPQ-53 Radar System.� Possession of the requisite knowledge in the system�s technical and performance characteristics, system operation, software, maintenance and repair, and how to train and instruct soldiers in the operation and maintenance of the system is critical to accomplishing the Government�s test and other program missions for the AN/TPQ-53 efforts. 4.� Information Requested Responses to this SSA must be unclassified and must not exceed 10 pages in length (includes cover page, table of contents, and any attachments).� Responses must be with fonts no smaller than 10 point, and one inch margins.� Information is to be presented in one continuous form in either Microsoft Word and/or Microsoft PowerPoint or .pdf.� Information will be provided through e-mail only.� Respondents should ensure labeling of information contained as proprietary. The Government will not reimburse responders to this notice for any costs incurred in responding, or in any subsequent exchange of information. The contractor shall address the technical and risk approaches, estimated cost, and schedule constraints associated with each of the aforementioned requirements.� The contractor shall clearly identify assumptions on which the response is predicated.� a. Technical Performance.� All responses to this SSA should include the following information: (1)� A description of capability provided. (2)� A summary of relevant experience providing radar support services.� The vendor should specifically identify programs that employ radar services. b. Risk. (1)� Assess and characterize the technical and schedule risk and identify risk mitigation strategies. � (2) Identify potential partner/teaming arrangements or joint ventures that will be required to satisfy this requirement. Estimate the duration required to formalize these arrangements. (3)� Clearly identify assumptions on which you developed your response.� Identify any required GFE/GFI required, and all required Government support anticipated. (4)� Provide any other relevant information you wish to share regarding your ability to satisfy this requirement. 5.� Response Requirements All responses should include a cover page with the following information: � � � �a. Company Name � � � �b.� Mailing Address and Website � � � �c.� Point of contact, with email address. � � � �d.� Commercial and Government Entity (CAGE) Code � � � �e.� State your companies associated Business size and eligibility under U.S. Government social-economic programs and preference (i.e., type of business-large, small, small-disadvantaged, women-owned, veteran-owned or 8(a)). � � � � f.� Data Universal Numbering System (DUNS) number � � � � g. Identification of business size, i.e. U.S. large or small business in relation to North American Industry Classification System Code 334511. �Small businesses must identify any applicable socio-economic categories such as small, disadvantaged business, service-disabled veteran-owned small business, 8(a), woman owned small business, etc. The Government will verify all company information will be verified via the System for Award Management (SAM) database.� All interested firms that possess the capabilities herein are encouraged to respond to this notice by providing the information specified herein, on or before 2:00 p.m. Eastern Daylight Time on 17 May 2024. Information shall be submitted via email to the Contract Specialist identified as the point of contact. Telephone or email requests for additional information will not be honored.� All documentation submitted shall become the property of the Government. �The Government reserves the right to utilize and share with industry any information suggested, unless information is identified with proprietary or business sensitive markings and unique to your company.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dfc850166317467fbc86c48c0a3b4bdc/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN07034303-F 20240419/240417230105 (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 |