Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
SOLICITATION NOTICE

C -- Apache Attack Helicopter Technical Support

Notice Date
5/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, JM&L LCMC Acquisition Center, Picatinny, US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-08-T-0263
 
Response Due
5/19/2008
 
Point of Contact
Melissa Wright, Contract Specialist, (973)724-2280
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services prepared inaccordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number W15QKN-08-T-0263 is issued as a Request for Quote. The United States Army, Joint Munitions & Lethality Life Cycle Management Command in support of the Armament, Research, Development, and Engineering Center (ARDEC) intends to solicit, negotiate, and award on a sole-source basis to Decilog Inc., 555 Broadhollow Road, Suite 425, Melville, NY 11747-5093. The government has a need for the following in accordance with the attached Statement of Work: Technical support on the aircraft software development, integration, software test analysis and requirement verification during software test demonstrations in support of the AH-64D Longbow Apache programs. The Apache Attack Helicopter is a highly integrated complex platform currently entering Extended Block II (EBII) multi-year production procurement that requires unique expertise in support of the software development, integration and testing of the onboard mission equipment package and training device suite. To support the Longbow Apache the contractor has to be intimately knowledgeable of the AH-64D Block I, AH-64D Block II and the AH-64D Block III avionic architecture, computer software configuration items (CSCIs) and verification processes. There is a continuing effort through the EBII procurement to implement and provide enhanced capabilities to include: Variable Message Format/Situation Awareness to support Army Software Blocking, Weapon System enhancements, UAV Control and other crew station enhancements to reduce crew workload that will be applicable to both the Block I & II aircraft baselines. Concurrently with the EBII effort, the Apache Project Managers Office (PMO) is managing the Longbow Apache Block III program during the system development and demonstration phase which this office also provides support for. To support this development there will be incremental OFP releases to support the flight test program where domain knowledge of the system is critical to provide the necessary technical support in a timely manner. Consequently the contractor will be required to support the computer resources effort immediately after contract award to include software development, integration and verification efforts as critical program milestones in place by the Apache PMO.Specific services include: a) To provide technical expertise in the evaluation of aircraft Display processor, System processor, Weapons processor and Mission processor CSCI software requirements, analysis of test results and verification of requirements; b) Support software test environment testing, avionics integration lab testing and aircraft testing as required; c) Support the development and verification of the software requirements, lab and aircraft testing of the Radar Electronics Unit (REU) component of the Fire Control Radar; d) Support the Kuwait unique FMS Longbow Apache Block II OFP baseline; e) Review of software CDRLs upon completion of a Software Baseline Verification Test. The requirements will be fulfilled using the Simplified Acquisition Procedures, part 13 of the FAR and the test program authorized in FAR subpart 13.5, to the maximum extent possible. Line Item 0001 Technical Support. Offerors must include brochures and literature showing their ability to meet all of the Government requirements along with their quotation. Offerors must be registered in Central Contractor Registration (CCR). Offerors must include copies of commercial price lists indicating the price offered in response to this RFQ. Offerors must also include a completed copy of the provision at 52.212-3, Offeror Representations and Certification-Commercial Items, with its offer. The full text of this clause may be accessed electronically at the following address: http://farsite.hill.af.mil/vffara.htm. The following clauses also apply to this acquisition: 52.246-4 Inspection of Services - Fixed-Price52.212-1, Instructions to Offerors - Commercial Items52.212-4, Contract Terms and Conditions-Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial ItemsARDEC 30 AcceptanceARDEC 31 Government Property Quality Assurance ActionsARDEC 68 Identification of Contractor Employees A firm fixed price award will be made to the offeror whose proposal demonstrates the best value to the government. Proposals shall be evaluated based on the following factors: Technical and Price, with technical being more important than price. The objective of the technical factor is to evaluate how well the proposal demonstrates the ability to successfully accomplish the effort in the Statement of Work. Please address any questions regarding this solicitation to Steve Haas at steve.haas@us.army.mil. NOTE: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The full text of a solicitation provision may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. Proposals may be e-mailed to melissa.wright3@us.army.mil. Closing date for receipt of proposals is 4:00 PM EDT, 19 May 2008. NOTE 22 APPLIES - The proposed contract is a sole source requirement to Decilog Inc., 555 Broadhollow Road, Suite 425, Melville, NY 11747-5093.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ef1c9643e90c715c3644fc131f3f4ecd&tab=core&_cview=1)
 
Record
SN01566173-W 20080504/080502220748-ef1c9643e90c715c3644fc131f3f4ecd (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  © 1994-2020, Loren Data Corp.