Federal Bid

Last Updated on 12 Apr 2020 at 3 AM
Sources Sought
Redstone arsenal Alabama

Limited Interim Missile Warning System (LIMWS) Quick Reaction Capability (QRC) Life Cycle Contractor Support (LCCS)

Solicitation ID W58RGZ-20-R-LIMWS
Posted Date 13 Mar 2020 at 7 PM
Archive Date 11 Apr 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W6qk Acc-Rsa
Agency Department Of Defense
Location Redstone arsenal Alabama United states 35898

Disclaimer:

This sources sought announcement is for information and planning purposes only and it is not to be construed as a commitment by the Government. The information provided may be used by the Army in developing its acquisition approach. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. The information received will not obligate the Government in any manner nor will the Government reimburse contractors for any costs associated with submittal of the requested information. This request does not constitute an Invitation for Bid or a Request for Proposal. 

Overview:

The ACC-RSA on behalf of PM ASE is seeking interested sources to perform LIMWS QRC LCCS, consisting of spares production, engineering, technical, and logistic support services.   The LIMWS and the associated technical data are currently in the development completion phase and early production phase. The LIMWS major components are aircraft specific.  The major components are the LIMWS A-kit and B-kit.  This potential contract action is in support of the B-Kit (system processor, sensors, and removable data module) and will also include payload modules.  The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334419.

Description:

The PM ASE is seeking sources and information to provide spares production (system processors, sensors, removable data modules, and payload modules), engineering, technical, and logistic support services in support of the LIWMS QRC.   These Continental United States (CONUS)/Outside Continental United States (OCONUS) recurring/non-recurring services are anticipated to include but are not limited to the following:

  1. program management
  2. engineering studies and analyses
  3. sustainment and upgrades to the system algorithms and the Digital System Model (DSM)
  4. system software development, sustainment and upgrades
  5. system reset and repair of the LIMWS QRC systems to include Test Equipment and Support Equipment (TE/SE)
  6. operating, maintaining, and facilitating repairs of LIMWS A and B – kit hardware, and includes any proprietary software
  7. providing repair facilities
  8. replacing/repairing shop replaceable units (SRUs)
  9. providing field support
  10. supporting a LIMWS logistics support evaluation in FY20
  11. system integration and installation across multiple platforms
  12. testing and other support services

The Government does not possess verified and validated B-Kit Technical Data Packages suitable for competition.  

Submission Instructions:

The U.S. Army requests interested vendors respond to this RFI with information substantiating their experience with the LIMWS. Vendor responses should demonstrate the ability to produce, operate, maintain and facilitate repairs for each Line Replaceable Unit (LRU) in the LIMWS and demonstrate LIMWS hardware and software expertise. Vendor must be able to demonstrate a capability of sustaining the LIMWS during the entire life cycle period.

How to Respond:

Respondents should identify their company's name, address, CAGE Code, and whether they are a large or small business. Interested parties are responsible for adequately marking proprietary or sensitive information contained in their response. Submissions are for internal Government use only, but will be reviewed by Government personnel and Government support contractor personnel. Submissions will not be returned to respondents. Security Classification Guidance questions should be directed to the PM ASE, Security Manager, at [email protected].

Interested vendors may submit questions regarding this RFI by email to the technical point of contact at email address [email protected] within seven (7) calendar days of the RFI’s publication date.

Final submissions are requested within fourteen (14) calendar days of the RFI’s publication date. Responses to this Sources Sought should be electronically submitted directly to the Contracting and Technical POC’s listed below.

Points of Contact:

Contracting POC’s are:

Mr. Christopher B. Williams,  [email protected]

Mrs. Chynell Gray, [email protected]

Technical POC:

[email protected]

Place of Performance Address: Department of the Army, Project Manager, Aircraft Survivability Equipment (PM ASE), Huntsville, Alabama

Place of Performance Zip Code: 35806
Place of Performance Country: US
 

Bid Protests Not Available