AN/TPQ-50 Equipment, Spares, Repair Parts, and Engineering Services
Description(s): The Government is seeking input from industry on its interest and ability to satisfy the following requirement. The results of this market research will be utilized in acquisition plan... Description(s): The Government is seeking input from industry on its interest and ability to satisfy the following requirement. The results of this market research will be utilized in acquisition planning; therefore, responses from industry are highly encouraged. The intent is to fulfill the below requirement via an Indefinite-Delivery Indefinite Quantity (IDIQ) contract for a period of 12 months. DISCLAIMER: This Sources Sought Announcement (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 requirement. The Government will not reimburse respondents to this notice for any costs incurred in responding or in any subsequent exchange of information. REQUIREMENT: The AN/TPQ-50 is a lightweight, man-portable weapons locating radar that provides continuous 360-degree surveillance to detect, locate, and report enemy rocket, artillery and mortar (RAM) firing positions. 1. AN/TPQ-50 EQUIPMENT, SPARES, REPAIR PARTS, AND MAINTENANCE KITS The Government has a requirement for the production of equipment, spares, repair parts, and maintenance kits for the AN/TPQ-50. A representative list of parts is provided as an attachment to this notice. The Government owns a technical data package (TDP) for the parts on this list. Industry may request access to the TDP via response to this SSA. In addition to production of parts, the contractor shall distinguish parts for theatre from those used for depot and maintain separate accounting and storage for each at the contractor's facility. The contractor shall maintain stock levels to never fall below the recommended on-hand stock quantity. The contractor must advise the Government to replenish stock in a timely manner based on part's lead time. The contractor shall be responsible for packaging and shipping between the contractor facilities and Tobyhanna Army Depot (TYAD). The contractor shall notify the Government when a diminishing manufacturing source or vanishing vendor situation exists for spares or repair parts. The contractor shall propose cost effective approaches for the resolution of obsolescence issues. 2. ENGINEERING SUPPORT The Government has a requirement for contractor field service representatives (CFSRs) to support and sustain the fielded AN/TPQ-50 radars. The contractor shall possess a SECRET or Interim SECRET Security Clearance. Activities include, but are not limited to: depot repair, fielding support, test support, emergency call-outs, TYAD support, training, and documentation verification. CFSR skills include: (1) certification and transferable technical knowledge of manufactured radar systems sufficient to perform troubleshooting, fault diagnosis; (2) be adept at use of spectrum analyzers and other maintenance test equipment; (3) create and manage file directories and download files; (4) possess mechanical skills required to perform installation and de-installation of radar systems; (5) perform operational system check-outs of installed systems; (6) perform program system updates for new threat loads and new software upgrades. These qualification standards are intended to depict the technician level CFSR. It is anticipated that travel outside the continental United States (OCONUS) is required. INFORMATION REQUESTED 1. Identify the portion(s) of the requirement that the vendor is interested in fulfilling: Number 1, Number 2, or both. 2. Identify the role the company is interested in playing for each portion of the requirement: prime contractor, subcontractor, or joint venture partner. 3. Provide a summary of existing production and repair experience, capabilities, and facilities. 4. Provide any other relevant information regarding the ability to satisfy this requirement. 5. RESPONSE REQUIREMENTS 6. All responses must include a cover page with the following information: 7. Company Name 8. Mailing Address and Website 9. Point of contact, with phone number and email address 10. Commercial and Government Entity (CAGE) code 11. Data Universal Numbering System (DUNS) number 12. Identification of business size, i.e. U.S. large or small business. 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. 13. The Government will verify all company information via the System for Award Management (SAM) database. 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. Present information requested in one continuous form in Microsoft Word and/or Microsoft PowerPoint or .pdf. Information will be provided through e-mail only. Respondents should ensure that proprietary and for official use only (FOUO) information is properly labeled.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »