Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2004 FBO #1042
SOLICITATION NOTICE

63 -- Lighting Kit, Motion Detector (LKMD) AN-GAR/2( ) (formerly identified as Electronic Trip Flare (ETF))

Notice Date
10/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-05-R-0001
 
Response Due
11/30/2004
 
Archive Date
1/29/2005
 
Small Business Set-Aside
N/A
 
Description
The LKMD will be a simple, compact, modular, sensor-based warning system with programmable responses that can be used either as a tactical stand-alone system or as a supplemental device used with other security systems or missions. The LKMD is envis ioned as a modular system to include (1) one motion sensor module (MSM); (2) two light modules (LM); (3) one remote control/monitor (RCM); (4) one power supply/recharger; (5) spare batteries/battery pack(s); (6) accessories; and (7) carrying case(s). The LKMD system will be capable of detecting intruders using remotely located MSM. The MSM subsequently controls preprogrammed responses ranging from visible illumination (continuous or strobe), infrared (IR) illumination, audible alarm, or a combination of any or all of the above. In all cases of intruder detection, alarm indication is presented on the RCM. The primary function of the MSM is to detect the motion of an intruder (individual and/or vehicular). The secondary function of the MSM is the command and control of preprogrammed responses to intruder detection. This function includes the control of the LM, generation and forwarding of alarm signals to the RCM, generation of local audio alarms, and communications with the RCM. The MSM is primarily ba ttery-powered with the capability of accepting external power. The LM provides the illumination response as directed by the MSM. This response includes visible illumination (continuous or strobe), IR illumination, or a combination of the illumination typ es. The RCM is the control/monitor point for the LKMD system. The functions of the RCM are to monitor system activity, display/annunciate alarm indications and control system responses to intruder detection. The RCM is envisioned to be a small hand-held unit. The LKMD program will be managed by the Product Manager, Force Protection Systems (FPS), Fort Belvoir, Virginia. The U.S. Army Military Police School (USAMPS) is the combat developer. Offerors will be provided with a Statement of Objectives and p erformance specification from which to prepare a competitive proposal and performance work statement (PWS) for the System Development and Demonstration (SDD), Low-Rate Initial Production (LRIP), and Full Rate Production (FRP) phases of this acquisition. In order to minimize development and production risks and avoid costly delays, the Government anticipates a six-year SDD/LRIP/FRP effort broken out as follows: (1) Design, fabricate, integrate, test (PQT 1a/b and PQT 2), deliver and support (during an Early User Appraisal  EUA  and Logistics Demonstration LD) 40 ETF prototypes to include drafting operator/maintainer manuals, commercial and engineering drawings and associated lists, and operator/maintainer training within 24 months of contract award; (2) Produce, test (PVT 1a/b and PVT 2), deliver and support (during Operational TestingOT) 150 ETF LRIP systems, to include operator/maintainer manuals, development and update of production item detail specifications, and conduct of operator/maintainer tr aining, at the Governments option, during a follow-on 12 month period; (3) Produce, test (PAT 1a/b and PAT 2), deliver and support an estimated 28,847 FRP systems, to include operator/maintainer manuals, commercial and engineering drawings and associated lists, and operator/maintainer training, at the Governments option, during three follow-on one-year periods; (4) Warrant LRIP and FRP LKMD components for a period of two years following acceptance; and (5) Provide renewable one-year Life Cycle Contractor Support (LCCS) at the Governments option. The government anticipates a basic contract consisting of a two year Cost Plus Award Fee SDD phase, with options for a one-year Fixed Price Incentive-Successive Target (FPIS) LRIP and three one-year FPIS FRP per iods. The contractor will be selected on the basis of a full and open competition for the written proposal that offers the best value to the Government. The evalua tion will use a tradeoff process. Evaluation factors will include Technical, Cost, Performance Risk, and Small Business Participation Plan. Technical subfactors include (1) System Development; (2) System Demonstration; (3) Production; (4) Supportability; and (5) PWS. Oral presentations before a source selection evaluation board after identification of those offers within a competitive range may occur. A contract may be awarded to an offeror proposing other than the lowest price. The Government anticipate s award by 1 March 2005. All responsible sources may submit a proposal which shall be considered by the agency. The Request for Proposal (RFP) No. W909MY-05-R-0001. Draft solicitations for this project were previously issued under DAAB15-04-R-0001, Elec tronic Trip Flare (ETF) and W909MY-04-R-0004, LKMD. The solicitation will be issued on or about 15 October 2004. Offerors who consider submitting a proposal are requested to notify the Contract Specialist at the jean.kampschroeder@cacw.army.mil. Contracto rs interested in responding to this RFP are invited to visit the CECOM Acquisition Center Interactive Business Opportunities Page (IBOP) at http://abop.monmouth.army.mil. The RFP will be identified on the IBOP as LKMD, W909MY-05-R-0001, Solicitation. H ard copies of the RFP will not be available. Questions pertaining to the RFP must be submitted via email addressed to the Contract Specialist. Procedures for electronic submission of proposals will be provided in Section L of the RFP. Numbered note 26 a pplies.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00687878-W 20041003/041001212013 (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.