Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
SOLICITATION NOTICE

58 -- NOTICE OF CONTRACT ACTION - CRIIS Project Schedule

Notice Date
5/18/2009
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA8678-TBD
 
Archive Date
7/18/2009
 
Point of Contact
Edward D. Miller, Jr., Phone: (850)883-3419, Sallye N Belton, Phone: (850)883-3604
 
E-Mail Address
edward.miller@eglin.af.mil, sallye.belton@eglin.af.mil
(edward.miller@eglin.af.mil, sallye.belton@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CRIIS Project Schedule showing the estimated duration for EMD, Technology Maturation, Production, and Sustainment for the various program Increments. NOTICE OF CONTRACT ACTION (NOCA) - The 672 ARSS intends to issue a Request for Proposal (RFP) for the Common Range Integrated Instrumentation System (CRIIS) Phase II effort on or about January 4, 2010. The objective of the CRIIS program is to provide enhanced TSPI accuracy and selected participant data bus information for test and training event participants, incorporating an advanced spectrally efficient data link. CRIIS is to be developed consistent with the overall goal of maximizing commonality among range instrumentation systems for test and evaluation and training applications. The Government anticipates the award on or about 1 August 2010 of a Cost-Plus-Fixed-Fee with Performance Incentives contract for the Engineering and Manufacturing Development (EMD), Fixed-Price-Incentive (Firm Target) (FPIF) production lot options, and Time and Material (T&M) options for Interim Contractor Support (ICS). If further risk reduction is deemed necessary, a technology maturation effort may be required prior to entering EMD for Increment 3. Proposals are due 30 days after RFP release. This competition is restricted to the two prime contractors who have participated in the 22-month Risk Reduction and Technology Maturation Phase (Phase I) of CRIIS. Schedule details for the various Increments can be viewed on the CRIIS schedule chart attached to this NOCA. The Government intends to process a class Justification and Approval for this and subsequent related contracting actions to be awarded to the successful offeror. The Government also intends to award one or more additional contracts or modifications for Contractor Logistics Support (CLS) of the fielded CRIIS system. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with a limited number of sources under authority of FAR 6.302-1(a)(2)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. Responding firms must submit to the below contracting officer a statement of capability, to include the results of demonstration tests showing component maturity levels at TRL 6 or higher for all relevant technologies. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. This pre-solicitation notice neither constitutes a RFP nor an Invitation for Bids (IFB), nor does it restrict the Government in any way to an ultimate acquisition approach. This notice should not be construed as a commitment by the Government for any purpose. THIS IS NOT A REQUEST FOR PROPOSAL AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. All interested parties must respond in writing with clear and convincing evidence to support their ability to provide this capability within 45 days of this publication date to be considered by the Government. Interested sources should contact the Points of Contact identified in this announcement. Collect calls will not be accepted. The Air Armament Center has appointed an Ombudsman to hear concerns from potential offerors relating to this acquisition. The Ombudsman does not diminish the authority of the Program Director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather the Contracting Officer previously identified. For any other concerns, interested parties may call the Air Armament Center Ombudsman, Col Arnold W. Bunch, Jr., AAC/CV, 101 West D Avenue, Suite 116, Eglin AFB FL 32542-5495, (850) 882-5422.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA8678-TBD/listing.html)
 
Record
SN01821470-W 20090520/090518235352-f74cdbfc13cc04aac866fbe53393a833 (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.