Full Rate Production (FRP) of the Sentinel AN/MPQ-64A4 RFI

expired opportunity(Expired)
From: Federal Government(Federal)
SR-23-034

Basic Details

started - 21 Jun, 2023 (10 months ago)

Start Date

21 Jun, 2023 (10 months ago)
due - 06 Jul, 2023 (9 months ago)

Due Date

06 Jul, 2023 (9 months ago)
Bid Notification

Type

Bid Notification
SR-23-034

Identifier

SR-23-034
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a request for information (RFI)/sources sought (SS) only. This request for information (RFI)/sources sought (SS) does not constitute an invitation for bids (IFB), request for quotations (RFQ) or request for proposals (RFP). The United States (U.S.) Army Search, Track, Acquire, Radiate, Eliminate (STARE) Project Office is conducting market research to determine if there are potential sources with the capability to execute Full Rate Production (FRP) of the Sentinel AN/MPQ-64A4 radar, hereinafter referred to as the Sentinel A4. The Sentinel A4 is a mobile, ground-based weapon system providing 360-degree surveillance and fire control capability against low to mid altitude threats and is designed to counter fixed wing and rotary wing aircraft, Unmanned Aerial Systems, cruise missiles, and rocket, artillery and mortar threats. The Sentinel A4 radar is a major component of the Army Integrated Air and Missile Defense (IAMD) System-of-Systems architecture. It consists of a mobile radar
station, prime mover, prime power and the IAMD interface. The radar provides tactical air threat detection through a three-dimensional phased array that operates in the X-band. Sentinel A4 is included in the Army IAMD architecture, integrated through Integrated Battle Command System interface kits to provide sensor data into the Integrated Fire Control Network. The Sentinel A4 enables the radar to provide direct engagement fire control quality data support to future intercept systems such as the Indirect Fire Protection Capability Increment 2 weapon system and will operate wherever low and medium altitude air detection and engagement support capabilities are required. The United States Government (USG) intends to award a production contract in compliance with the Federal Acquisition Regulation in the second quarter of fiscal year 2025 (2QFY25). This contract will include full rate production (FRP) and life cycle support services to include training and fielding, interim contractor support and engineering services. The Search, Track, Acquire, Radiate, Eliminate (STARE) Project Office will manage this contract. The vendor needs to be able to deliver two (2) Sentinel A4s per month over a 12-month period with the ability to increase deliveries to at least four (4) per month over a 12-month period. Background: In fourth quarter fiscal year 2023 (4QFY23), the Search, Track, Acquire, Radiate, Eliminate (STARE) Project Office plans to obtain a decision from the Sentinel A4 Milestone Decision Authority to proceed with the production and deployment phase of the Sentinel A4 program. The United States Government (USG) will conduct Low-Rate Initial Production (LRIP) during this phase. The LRIP results in completion of manufacturing development to ensure adequate and efficient manufacturing capability. It also establishes a product baseline and a gradual increase in production rate to allow for FRP upon completion of initial operational testing and evaluation. The USG expects to proceed to LRIP based on the Sentinel A4 design the USG is developing under the Sentinel A4 Engineering Manufacturing Development/LRIP contract W31P4Q-19-C-0058. In order to reduce overall program schedule and cost risk, any proposed production solutions must be of equivalent design, configuration and performance as developed under the W31P4Q-19-C-0058 contract effort. The USG does not plan to provide technical data or specifications to enable industry response to this RFI/SS. The complete technical data package for the Sentinel A4 design is under development and is not available for this RFI. The part number for the product baseline Sentinel A4 is 13758030G1-100. Any proposed material solution for this requirement must not result in substantial duplication of cost the USG cannot recover through competition or result in unacceptable delays in fulfilling the USG’s requirements. Requirements: Interested sources must demonstrate technical capability, corporate knowledge, and experience in providing hardware, facilities, equipment, technical expertise, planning, management, manufacturing and testing efforts, to include incidental services, for producing the Sentinel A4 product baseline 13758030G1-100. The selected contractor shall provide all labor, materials and engineering/technical support necessary for production hardware, system software, program management, system engineering, safety, hazardous material management, program protection, configuration management, integrated logistics support, spares management, quality assurance, production test support, training and fielding, models and simulation, performance analysis, and documentation in accordance with the USG’s requirements for the Sentinel A4. This procurement includes access to classified information and requires the contractor to possess secure facilities approved to the SECRET level by the Defense Counterintelligence and Security Agency. Further, the Defense Contract Management Agency shall conduct a pre-award survey of the contractor’s facilities to determine the capability to fulfill the requirements of the contract to minimize risk to the Sentinel A4 program. The USG invites interested firms capable of fulfilling the above-mentioned requirements to indicate interest by providing the following information to the contract specialist/point of contact (POC) listed below: Company name, company address, CAGE Code, point of contact, e-mail address, telephone number and fax number. Business size (i.e., large, small disadvantaged, veteran owned, woman owned, etc.). Affirmation of cleared personnel and facilities. Experience and Expertise - A description of the company’s experience in providing technical expertise, manufacturing and production expertise and facilities, logistical support, training and fielding, and other services as required to meet the Sentinel A4 requirements and produce the Sentinel A4 product baseline 13758030G1-100. Outline the company’s experience in meeting contractual due dates for similar type efforts. Technical and Production Approach - A description of the technical and production approaches the company would use to meet the Sentinel A4 requirements outlined above. Outline the technical and production solutions, to include an estimate of schedule and associated cost required, to include performance and qualification testing, to execute the production and delivery of the FRP units for this anticipated procurement. Provide an assessment of your Manufacturing Readiness Level to support production of Sentinel A4 product baseline 13758030G1-100. All responses shall be unclassified. Clearly identify assumptions, including any assumed USG support. Clearly mark proprietary and restricted information. The experience and expertise description shall be no longer than five pages. The technical and production approach description shall be no longer than 20 pages. The response date for this RFI is 15 calendar days from date of issuance of this notice. The USG shall not reimburse contractors or responders to this notice for any costs incurred in responding or any subsequent exchange of information. All responses shall be transmitted electronically to: Contract POC: Peggy Bowman Acquisition Analyst Program Executive Office, Missiles and Space STARE Project Office SFAE-MSL-SRB peggy.j.bowman.civ@army.mil This RFI/SS is for planning purposes only and is not an IFB, RFQ or RFP. Additionally, there is no obligation on the part of the USG to acquire any products described in this RFI/SS. Response to this RFI/SS is voluntary and the USG will treat responses only as information for the USG to consider. Respondents are not entitled to payment for direct or indirect costs incurred in responding to this RFI/SS. This RFI/SS does not constitute a solicitation for proposals or the authority to enter negotiations for award of a contract. The USG has not authorized, appropriated or received any funding for the supplies or services described herein. The USG may use information provided in developing its acquisition strategy. Interested firms are responsible for adequately marking proprietary, restricted or competition sensitive information contained in the response. The USG will not pay for the information submitted in response to this RFI/SS. If the USG releases a solicitation for the supplies or services described herein, the USG will synopsize on sam.gov. Contracting Office Address: Army Contracting Command-Redstone (ACC RSA) CCAM-SMB Redstone Arsenal, AL ACC Point of Contact: Renee Turner Contracting Officer CCAM-SMB, ACC-RSA renee.turner4.civ@army.mil

Redstone Arsenal, AL, USALocation

Place Of Performance : Redstone Arsenal, AL, USA

Country : United StatesState : Alabama

Classification

NAICS CodeCode 541330
Classification CodeCode J014