The RFP Database
New business relationships start here

Engineering, Logistical, Software and Test support to the AN/APR-39D (V) Radar Warning Receiver (RWR) and Family of Radar Signal Detecting Sets (RSDSs)


Alabama, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This announcement is a Sources Sought (SS)/Request for Information (RFI) for market research. Information is to be used for preliminary planning purposes in accordance with Federal Acquisition Regulation (FAR) Part 10. This RFI replaces Solicitation Number W58RGZ-16-R-ASE1. This announcement is not a Request for Proposal (RFP) and does not commit the Government to solicit or award a contract now or in the future. No solicitation is available at this time, nor is there an estimated date of solicitation release at this time. This office does not intend to award a contract on the basis of this RFI or reimburse respondents for information solicited. This information is subject to change and in no way binds this office to pursue any course of action described herein. If this office choose to issue an RFP at some future date, another notice will be published.


Overview:

This Sources Sought Announcement is issued by the Army Contracting Command-Redstone to provide notification and seek sources for a potential U.S. Government requirement to provide APR-39D (V) Technical Support Services. The U.S. Government anticipates award of a five year Cost Plus Fixed Fee (CPFF) contract effort, with a base period of one (1) year and four (4) option years. Potential sources will provide Engineering, Logistical, Hardware (HW) development, Software (SW) development, and Test support to the AN/APR-39D (V) Family of Radar Signal Detecting Sets (RSDS) as directed by individual CPFF Task/Delivery Orders.


Description:

System Specifications are available, but no technical data package (including SW/Firmware source code and level III drawings) is available at this time. The APR-39D (V) RSDS baseline system configuration consists of a System Specification, SW Documentation and Installation and Acceptance Test Specification. Intellectual Property/Data Assertion Rights owned by Northrup Grumman Corporation (NGC) and/or subcontractors are identified against the APR-39D (V) RSDS.


The following tasks may be required, but not limited to:
• Performing Studies, analysis, modeling and simulation, data collection, technical design, and cost/schedule estimates to support Government requested technical or programmatic changes.
• Developing and updating Engineering documentation to include items such as logistics, engineering, SW, HW, modeling and simulation, test, failure analysis and technical documents.
• Performing Failure analysis, corrective actions, refurbishment of test/integration articles used in Government tests.
• Updating of HW, SW, Built In Test (BIT), and other system specifications.
• Performing APR-39D (V) RSDS Airworthiness Release (AWR) Qualification Testing, to include support for APR-39D (V) integration to Army aircraft..
• Managing Configuration Control / Engineering Change Proposals (ECP).
• Performing/Managing Technology Insertion efforts to include production-ization planning for related Army APR-39D (V) science and technology (S&T) efforts and the fabrication of test assets.
• Diminishing manufacturing sources/obsolescence analysis and design try-outs.
• Integration engineering support for follow-on platform installation design changes (HW, SW or firmware).
• General test support for tasks that may include, but not limited to the following:
o Performing test equipment operation during APR-39D (V) RSDS platform installation and systems testing.
o Providing repair/replacement support of the test articles.
o Analyzing test data and results.
o Performing acceptance testing on test articles at the contractor's facility.
o Purchasing common support or peculiar support equipment to support testing.
o Conducting reliability/maintainability/supportability testing and data analysis.
• Participating in Threat Exploitation activities in support of:
o APR-39D (V) RSDS and detection algorithms
• Test Instrumentation Package (TIP) and Test Instrumentation Equipment (TIE) Support.
• Hardware in the loop (HITL) via Operational Flight Program (OFP) source code updates, evaluation support, and technical support.
• Field and Sustainment Support for HW/SW.
• SW Performance Analysis, Test Support including flight test, and Configuration Management.
• System Integration Lab (SIL) HW/SW Support and Upgrades.
• HW Modeling and Simulation Integrated Product Team Support.
• Managing SW System Trouble Reports (STRs)
• Updates to OFP SW and MDS files/documentation.
• Updates to APR39-D (V) Firmware
• Simulation upgrades for new emitters
• Generic/Specific APR-39D (V) Algorithm Development
• Support for RF Antenna Development
• Engineering prototypes for hardware and software development
• Supply support and inventory management of all spares required to support the APR-39D (V) RSDS.
• Initial commercial technical manuals for platforms that are not currently integrated with RSDS or update commercial technical manuals provided for platforms that have been integrated with RSDS.
• Engineering support for New Equipment Training (NET).
• Training Support Packages (TSPs) for platforms not integrated with APR-39D (V) RSDS.
• Support for Flight Simulator and other training device development or upgrades.
• Field support to include Field Service or Logistics Assistance Representatives.
• Maintenance of a Failure Reporting and Corrective Action System (FRACAS) database.
• Support for logistics demonstrations and other logistics testing as required.
• Direct and/or indirect support in preparing logistics documentation, analysis, and studies as required.
• Transportation of test articles, support equipment, spares, and repair parts between CONUS and Overseas CONUS locations.
• Program Management and Engineering Support for APR-39D (V) RSDS Component Improvement Program (CIP), including support to any directly related threat working groups.


System Specifications are available, but no technical data package (including SW/Firmware source code and level III drawings) is available at this time. The APR-39D (V) RSDS baseline system configuration consists of a System Specification, SW Documentation and Installation and Acceptance Test Specification. Intellectual Property/Data Assertion Rights owned by NGSC and/or subcontractors are identified against the APR-39D (V) RSDS.


This Sources Sought Announcement (SSA) is for planning purposes only and shall not be considered as a Request for Quotations or a Request for Proposals; and contractor responses shall not be considered as a Bid. Additionally, there is no obligation for the Government to acquire any products or services described in this Request for Information (RFI). Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this SSA. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Statement of Work/Performance Work Statements and/or Statement of Objectives. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this SSA.



How to Respond:

All interested parties should submit a written response to this SS/RFI no later than 27 February 2017 at 1200 Central. Responses shall be limited to 15 one-sided pages. Submissions shall be capable of being printed on 8.5 X 11 inch paper with one inch margin (top, bottom, left and right) and a 12 point Arial or Times New Roman font. Line spacing shall be set at no less than single space. Tables, drawings and header/footer information shall be 10 point Arial font or larger. For tables and drawings, landscape orientation is permitted. Microsoft Office Professional 2000 and PowerPoint 2000 or later shall be used to create the files. All graphics shall be compatible with MS PowerPoint 2000. If any of the material provided contains proprietary information, please mark and identify disposition instructions (submitted data will not be returned). Responses should include, but is not limited to the following:

(A) Company History: A one page history to include previous major products and primary customer base.

(B) Past Experience Information: List your company's experience within the last five years for work of a similar size, type, and complexity as described above. Include the following information if possible: Contract Number, type of contract, Dollar value of contract, Government Point of Contract with knowledge of performance (POC must be current and reachable).

(C) Additional Information:
The US Army requests interested vendors respond to this SSA with the information to demonstrate their ability to perform the tasks described above. Vendor responses should, at a minimum, clearly demonstrate their integral knowledge of the APR-39D (V) 2 RSDS system HW/SW, specifications, and all mechanical/electrical/SW interfaces of the legacy AN/APR-39A/B/C RSDS currently fielded. The interfaces include, but are not limited to the following: AN/AAR-47 Missile Warning Set, AN/ ALE-47 Countermeasures Dispenser, AH-64D & AH-1Z Mission Computers, AN/AVR-2 Laser Detecting Set, AN/APR-44 Continuous Wave Radar Detection Set, AN/ALQ-213 Electronic Warfare Management System (EWMS), RS-422 & MIL-STD-1553 Databus communication and rapid reprogramming terminal (RRT) interfaces and current IP-1150A/Meggitt Displays with commensurate voice warning interfaces. Potential sources must also be able to clearly identify/demonstrate how they will meet APR-39D (V) Engineering /Logistical/Test/Program Management support tasks within a short period of performance with minimal USG technical oversight. Responses must include your organization's approach to providing the described engineering services and any specialized capabilities/skillsets or equipment directly related to the APR-39D (V). Additionally, the potential source shall not infringe on NGC's Intellectual Property rights. No ancillary Government Furnished Equipment is available. Sources shall possess production and test facilities that are cleared up to the SECRET level.


Submissions will not be returned to respondents. Security Classification Guidance should be directed to PM ASE Thomas Wheeler phone 256-842-7840 and email address Thomas.d.wheeler3.civ@mail.mil.


SUBMISSION INFORMATION:
Interested offerors shall respond to this sources sought synopsis no later than 1200 CST (RSA, AL) on Monday, 27 February 2017. All interested contractors must be registered and active in the System for Award Management (SAM) to be eligible for award of Government contracts. Please submit your response for this market research to Ms. Stefanie Polk, Contracting Officer, email address stefanie.f.polk.civ@mail.mil. All responses to this synopsis should be sent via email.  Phone calls will not be accepted.


ADDITIONAL INFORMATION:

There is no commitment by the USG to issue a solicitation, make an award or awards, or to be responsible for any monies expended by an industry response to this SS/RFI. If a solicitation is released, it will be synopsized in the Federal business Opportunities website located at http://www.fbo.gov/. All information received in response to this SS/RFI that is marked Proprietary will be handled accordingly. Responses to the SS/RFI will not be returned.


Interested vendors may submit one (1) set of questions regarding this Sources Sought by email to the points of contact listed within five (5) business days of the Sources Sought publication date.


 


 


 


 


 


Stefanie Polk, Contracting Officer, Phone 2568425034, Email stefanie.f.polk.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP