Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2004 FBO #0830
SOLICITATION NOTICE

99 -- Command Post Platform (CPP) Development and Intergration Program.

Notice Date
3/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-04-R-0239
 
Response Due
3/17/2004
 
Archive Date
5/16/2004
 
Point of Contact
Terrance Vickerstaff, 256-876-4682
 
E-Mail Address
US Army Aviation and Missile Command (Missile)
(terrance.vickerstaff@redstone.army.mil)
 
Small Business Set-Aside
N/A
 
Description
U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 5303, Redstone, Arsenal, AL 35898-5280 SUBJECT: Command Post Platform (CPP) Development and Integration Program, Reference Solicitation Number- DAAH01-03-R-0319 The United States Army, through the Tactical Operations Centers/Air and Missile Defense Command and Control Systems Project Office, Madison, Alabama, and the Aviation and Missile Command (AMCOM) Acquisition Center, Redstone Arsenal, AL will conduct a full and open competitive procurement. The procurement will select a contractor to design, assemble, integrate, test, train, and support the Command Post Platform (CPP) Development and Integration program. The Government will release a Request for Proposal (R FP) on/or about 17 March 2004. OFFERORS ARE ADVISED THAT PERFORMANCE ON THIS PROPOSED CONTRACT WILL REQUIRE ACCESS TO DEFENSE INFORMATION/EQUIPMENT THAT IS NOT CONSIDERED APPROPRIATE FOR RELEASE TO NON-U.S. COMPANIES. THEREFORE, PARTICIPATION AT THE PRIME CONTRACTOR LEVEL IS RESTRICTED TO U.S. COMPANIES AND REQUESTS FROM FOREIGN INDUSTRY WILL NOT BE HONORED. The CPP Development and Integration Program includes three CPP variants (Track, Rigid Wall Shelter (RWS), and Light), a Company Level Command Shelter (CLCS), and the Command Center System (CCS) that ground commanders can use as building blocks to form Comm and Posts (CP) at various echelons. The RWS CPP and CCS will be developed first. The contracting strategy calls for a negotiated procurement with full and open competition, for the design, development, production, integration, testing, training, and initial spares required for the CPPs, CLCS, and CCS. Acquisition streamlining procedur es will be used where possible. Award will be made to the offeror whose proposal is determined to offer the best value to the Government. The contract will include: (1) Design, development, prototype, and verification test of the CPPs, CLCS, and CCS, and will be a cost-plus-incentive-fee effort. The Government will award each of the variants as a separate option. The contractor shall deliver three (3) RWS CPP production representative test articles, three (3) Track CPP production representative Installation Kits, two (2) Light CPP production representative test articles, two (2) CLCS production representative test articles and one (1) CCS. The production rep resentatives systems will be used for contractor and Government testing leading up to a Milestone C Decision authorizing entry into Low Rate Initial Production (LRIP). (2) Production, integration, and unit fielding and will be structured as fixed price surge options. Fielding will occur in accordance with the then current approved Army Modernization Schedule. The contract will also include training and Governmen t test support. LRIP systems will support Initial Operational Test and Evaluation (IOT&E) leading up to a Full Rate Production Decision Review. In addition to IOT&E, the LRIP effort will also serve to prove out the integration process and production/fiel ding strategy for full rate production. (3) Engineering services for special studies, vehicle platform engineering, and exercise and test support, which will be issued on a task order basis. This will allow flexibility in investigating technologies, as well as work with other Program Office s and government customers, in realigning their command posts/C2 facilities and shelters into the CPP concept. The new RFP number is W31P4Q-04-R-0239. All future references should be made to the new number. The RFP will be released on the AMCOM Acquisition Center website at https://wwwproc.redstone.army.mil/acquisition/current_business.html . The contractor⠀™s are responsible for obtaining the RFP and attachment from the website. No additional notices will be made to announce RFP availability. Points of contact for this requirement are Contract specialists, Terrance D. Vickerstaff at 256-84 2-7319, terrance.vickerstaff@redstone.army.mil, David W. Ludwig, Jr. at 256-842-6000, david.ludwig@redstone.army.mil or Vicki Kennedy at 256-876-5209, Vicki.kennedy@redstone.army.mil .
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAH01/W31P4Q-04-R-0239/listing.html)
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN00536071-F 20040305/040303230926 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.