Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2007 FBO #1906
SOLICITATION NOTICE

A -- JOINT MATERIAL DECONTAMINATION SYSTEM (JMDS)

Notice Date
2/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR07R0007
 
Response Due
3/30/2007
 
Archive Date
5/29/2007
 
Small Business Set-Aside
N/A
 
Description
The United States Army Research Development and Engineering Command (USA RDECOM) Acquisition Center intends to award a contract for the Joint Program Executive Officer for Chemical Biological Defense (JPEO-CBD) requirement for a Joint Material Decont amination System (JMDS) for use throughout the U.S. Army, U.S. Marine Corps, U.S. Air Force and U.S. Navy to provide the ability to decontaminate chemical and biological warfare agents from sensitive equipment and platform interiors without degradation of the equipment in an immediate, operational and thorough environment. Sensitive equipment is high value or low density electronic or optic equipment that cannot be decontaminated using existing means without degradation of their functions. Examples of criti cal sensitive equipment are laptops, night vision goggles, and the Joint Helmet Mounted Cueing System. Platform interiors refers to the interior decontamination of tactical platforms such as personnel carriers and small aircraft such as a single seat fight er plane, as well as large platform interior decontamination such as interiors of buildings, ships and large aircraft, e.g., cargo aircraft. The NAICS code for this procurement is 335999 with the corresponding small business standard of 500 employees. The acquisition will be awarded as a single contract for the JMDS System Development and Demonstration (SDD) on a Cost-Plus-Incentive-Fee (CPIF) basis with options for Low Rate Initial Production (LRIP) and Full Rate Production (FRP) on a Fixed-Price Incentive (Successive Target) basis. The anticipated period of performance will be 24 months for the base contract, 12 months for the first option (LR IP), and 40 months for the second option (FRP). The solicitation will be issued on a full and open competitive basis. All responsible sources may submit a proposal, which will be considered by the agency. The anticipated release date of the Request for Proposal (RFP) is on or about 28 February 2007. Sol icitation number W911SR-07-R-0007 is the number assigned for this effort. This will be the controlling document for preparation and submission of proposals. No hard copy of this solicitation will be issued. Amendments, if any will be posted at the same lo cation as this RFP. It is the responsibility of those respondents to obtain all amendments and applicable documents. The US Army RDECOM has established a page on the Armys Single Face to Industry (ASFI) Interactive Business Opportunities Page (IBOP) website to allow electronic posting of the RFP and all attachments. All parties interested in this acquisition are invited to access information from the IBOP at https://abop.monmouth.army.mil. You may access this acquisition WHEN IT IS ISSUED by selecting RDECOM Acquisition Center under the heading Army Pre-Award. Logon and View by Army Contracting Activity (RDECOM) and the n click GO. You can register for a user ID and Password under Support Services, New User Registration on the left side of the screen. Please utilize (732)532-5246 or (732)532-1840 numbers for IBOP Help Desk for assistance. The electronic submission of prop osals available on the IBOP website WILL NOT be utilized for this acquisition. The response date published in this synopsis is the estimated closing date. The actual closing date for proposals will be stated in the solicitation when issued. Please submit in writing, all questions pertaining to this RFP to Mary Ann Mitchell, Contract Specialist at maryann.mitchell@us.army.mil or by mail to US Army RDECOM Acquisition Center, Edgewood Contracting Division, E4455 Leitzan Road, AMSRD-ACC-E, Aberde en Proving Ground, MD 21010-5401. Questions will not be answered by telephone. See Numbered Notes 26.
 
Place of Performance
Address: RDECOM Acquisition Center - Edgewood ATTN: AMSRD-ACC-E, E4455 Leitzan Road Aberdeen Proving Ground MD
Zip Code: 21010-5424
Country: US
 
Record
SN01230620-W 20070214/070212223524 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.