Added:Apr 27, 2018 4:22 pm The Army Contracting Center - Redstone Arsenal (ACC-RSA) on behalf of Project Manager - Aircraft Survivability Equipment (PM ASE) is seeking interested sources to perform Life Cycle Contractor Support (LCCS) for the Limited Interim Missile Warning System (LIMWS) Quick Reaction Capability (QRC). The LIMWS QRC for prototypes and production was competitively awarded in December 2017. The LIMWS system is currently in development, and no level of Technical Data can be provided at this time.Description:This requirement is for Life Cycle Contractor Support (LCCS) for recurring Continental United States (CONUS)/Outside Continental United States (OCONUS) support, non-recurring engineering support, priority support, and system reset and repair requirements for the LIMWS QRC systems to include Test Equipment and Support Equipment (TE/SE). The vendor must demonstrate capability in operating, maintaining and facilitating repairs of the LIMWS including proprietary
software. Vendors must provide repair facilities for the LIMWS and be capable to replace/repair to the Shop Replaceable Unit (SRU) level. The vendor must support a LIMWS Logistics Support Evaluation in FY20. Vendor must be able to provide hardware and software technical support.Submission Instructions:The US Army requests interested vendors respond to this Request for Information (RFI) with information substantiating their experience with the LIMWS. Vendor responses should demonstrate the ability to 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 PM ASE, Security Manager, Mr. Thomas Wheeler at (256) 842-7850,
Thomas.d.wheeler3.civ@mail.mil.Interested vendors may submit questions regarding this RFI by email to the Technical and Contracting POCs listed below by 4 May 2018 at 1400 Central. All questions and answers will be posted to FBO.Final submissions are requested by 14 May 2018 at 1400 Central. Responses to this Sources Sought should be electronically submitted directly to the Contracting and Technical POC's listed below. Responses exceeding electronic mail size 10 MB shall be submitted by postal mail on CD or DVD to the addresses below:One fully accessible copy of the CD or DVD should be mailed to:PEO IEW&S, PM ASEAttn: SFAE-IEW-SE - Brett Addington6726 Odyssey DriveHuntsville, AL 35806One fully accessible copy of the CD or DVD should be mailed to:Stefanie PolkContracting OfficerArmy Contracting Command - RedstoneCCAM-CAD-DBuilding 5206Redstone Arsenal, AL 35898-5000Contracting POC:Mrs. Stefanie Polk at (256) 842-5034,
stefanie.f.polk.civ@mail.milMrs. Chynell Gray at (256) 842-5233,
quintina.c.gray.civ@mail.milTechnical POC:Mr. Brett Addington at (256) 842-3866,
brett.j.addington.civ@mail.milThis 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.