The RFP Database
New business relationships start here

The US Government is intending to award a sole source contract for the manufacture of PATRIOT Battle Management, Command, Control, Communications, Computers, and Intelligence (BMC4I) hardware upgrade spares to Raytheon IDS.


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

THE SOLICITATION NUMBER FOR THIS (PRESOLICITATION) SYNOPSIS HAS CHANGED FROM W31P4Q-14-R-0174 TO W31P4Q-15-R-0116. ANY INQUIRIES REGARDING THIS NOTICE SHOULD REFER TO THE UPDATED SOLICITATION NUMBER.

The US Army, Lower Tier Project Office (LTPO) has identified a need for upgrade spares for the PATRIOT BMC4I suite of hardware. The BMC4I suite is contained within the Engagement Control Station (ECS) and Information Command and Control (ICC) shelters and the Radar of the PATRIOT weapon system.

This effort will include all hardware, facilities, equipment, technical expertise, planning, management, manufacture and testing efforts to include all incidental services to produce the PATRIOT BMC4I upgrade spares.

The BMC4I upgrade spares includes the following part numbers with delivery beginning no later than (NLT)14 months after contract award (ACA) and ending no later than 16 months ACA:


1.    Single Board Computer (SBC)-1, P/N 13646235-1, 28 each.
2.    SBC-2, P/N 13646235-2, 28 each.
3.    SBC-1, P/N 13643237-1, 19 each.
4.    SBC-2, P/N 13643237-2, 19 each.

First Article Testing (FAT), Environmental Stress Screening (ESS), Product Acceptance, Functional Configuration Audit (FCA), Physical Configuration Audit (PCA), and Production Qualification Testing (PQT) will be required.
This procurement will include access to classified information and will require the contractor to be a US corporation, which has a secure manufacturing facility and the ability to maintain a communication security (COMSEC) account. Further, the Defense Contract Management Agency (DCMA) will be asked to conduct a pre-award survey of the contractor's facility to determine the capability to successfully fulfill the requirements of this contract to minimize risk to the PATRIOT program schedule.

All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked.

POC: Scott Leach
Contract Specialist
Army Contracting Command, Redstone Arsenal (ACC-RSA)
CCAM-PA-B
256-955-9223
scott.e.leach.civ@mail.mil

Alternate POC: Charlene Booth
Contract Specialist
Army Contracting Command, Redstone Arsenal (ACC-RSA)
CCAM-PA-B
256-313-3991
charlene.c.booth.civ@army.mil

This synopsis is for informational purposes only and shall not be considered as an IFB, RFQ, or RFP. Additionally, there is no obligation on the part of the Government to acquire any products described in this synopsis. This notice 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.



Charlene Booth, (256) 313-3991

ACC-RSA - (Missile)

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP