Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 21, 2025 SAM #8516
SOURCES SOUGHT

99 -- Request For Information (RFI) Duke Family of Systems (FoS) Sustainment Services

Notice Date
3/19/2025 6:51:39 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-25-R-00XX
 
Response Due
4/2/2025 1:00:00 PM
 
Archive Date
04/17/2025
 
Point of Contact
David Kendrick, Product Lead, Electronic Attack
 
E-Mail Address
david.j.kendrick2.civ@army.mil, usarmy.apg.peo-iews.mbx.plea-industry@army.mil
(david.j.kendrick2.civ@army.mil, usarmy.apg.peo-iews.mbx.plea-industry@army.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. No formal solicitation package is available. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. REQUIREMENTS Product Lead Electronic Attack (PL EA) anticipates a requirement for sustainment services of the following Duke systems and their assorted variants: AN/VLQ-12(V)1 (Duke V2), consisting of one Primary Unit (PU) RT-1928/VLQ-12(V)1, plus antennas and cabling AN/VLQ-12(V)3 (Duke V3) consisting of one Primary Unit (PU) RT-1928/VLQ-12(V)1 and one Secondary Unit (SU) RT-1950/VLQ-12(V)3, plus antennas and cabling AN/VLQ-12(V)4 (Duke V4), consisting of one Primary Unit (PU) RT-2024/U (with commercial GPS) or RT-2040/U (with GB-GRAM GPS), plus antennas and cabling AN/VLQ-12(V)5 (Duke V5), consisting of one PU RT-2024/U or RT-2040/U, and one Secondary Unit (SU) RT-1950, plus antennas and cabling The Duke FoS provides Offensive and Defensive Electronic Attack (OEA/DEA), as well as Electronic Warfare (EW) support to protect vehicles, convoys, and military installations from EW threats. These systems may operate individually and/or in networked, mixed fleet, configurations to support a variety of ground EW missions, to include counter-Command and Control (C2) operations. Efforts under this requirement will support the above systems and any future variants, ancillary items, Basic Issue Items (BII), Components of End Item (CoEI), Associated Support Items of Equipment (ASIOE), etc. and may include: a. Hardware b. Product Support Management c. Procurement d. System Troubleshooting and Repair e. Automated Testing (including Environmental Stress Screening) f. Engineering and Software Support Services g. Maintenance Planning and Management h. Materiel Maintenance i. Logistics j. Worldwide Field Service Support k. Supply Support l. Spares and Repair Parts m. Support Equipment Procurement n. Hardware and Software Technical Data Maintenance and Procurement o. Training and Training Support p. Platform Integration and Installation q. Depot Facilitation (if required). If pursued, the Government will define specific requirements in individual Task Orders (TO) for services or Delivery Orders (DO) for materials. Material orders may include hardware for spare repair parts (i.e., Line Replaceable Units and Shop Replaceable Units (LRU/SRU)) and/or whole Duke and/or end itemsystems. The following tasks will be the responsibility of the offeror, at their own expense: 1. All automation necessary to facilitate the manufacture, test, troubleshooting, and repair must be developed by the offeror. 2. Providing the required software build environment, software tools, and licenses at no additional expense to the Government. 3. Providing all facilities and equipment necessary to perform manufacturing, testing, quality control, audit, technical support, troubleshooting, and repair at no additional expense to the Government. Government Furnished Property (GFP), i.e., test equipment and test facilities, are not anticipated to be available. The security requirements for this effort will be as follows: Secret facility clearance and Secret safeguarding capability. Interested parties may identify their capability to meet all or portions of the requirements by submitting an unclassified white paper, technical data, and past performance data. Respondents must also address the following items: 1. Company Name, Contact Name, Position, Telephone, Email, and Company URL. 2. Corporate capability to include available facilities to execute sustainment requirements, Facility Clearance and safeguarding levels, The Commercial and Government Entity Code (Cage Code), and Data Universal Numbering System (DUNs) number. In accordance with Federal Acquisition Regulation Part 10, the results of this Market Survey will primarily be used to develop the Government's acquisition approach and will be used to determine if sources capable of satisfying the agency's requirements exist. This is NOT a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings from the survey. The Government will not reimburse interested sources or respondents to this notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchange of information. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored. Interested parties shall respond to this RFI no later than 4:00 PM Eastern Time on April 02, 2025. Only responses received by this date and time will be considered. Respondents must identify, in writing, their interest and capability to respond to this requirement by submitting one (1) electronic copy via email to PL EA at usarmy.apg.peo-iews.mbx.plea-industry@army.mil, and David Kendrick, Contract Specialist, david.j.kendrick2.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d02b9cacee1c4b069d9872b2a2bc5cf2/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD, USA
Country: USA
 
Record
SN07378483-F 20250321/250319230054 (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.