SOLICITATION NOTICE
59 -- This action is for the procurement of Installation Kits (IKs) and ancillary items that are needed to support the SINCGARS, System EPLRS, and FHMUX, for the CECOM Life Cycle Management Command (LCMC).
- Notice Date
- 8/3/2010
- Notice Type
- Presolicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T-10-B-B601
- Response Due
- 8/31/2010
- Archive Date
- 10/30/2010
- Point of Contact
- Ella Curtis, 410/436-4633
- E-Mail Address
-
CECOM Contracting Center (CECOM-CC)
(ella.curtis@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This synopsis is for informational purposes only. This procurement will be handled and awarded through the US Army CECOM Life Cycle Management Command (CECOM LCMC). It is the intent of the Government to award a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) three (3) year contract for various quantity ranges of Installation Kits and Ancillary Items (Various National Stock Numbers). The Kits are required for use in existing and new systems in support of the Single Channel Ground and Airborne Radio System (SINCGARS), Enhanced Position Location System (EPLRS), and the Frequency Hopping Multiplexer (FHMUX) for the CECOM Life Cycle Management Command (LCMC) and the Tank and Automotive Command (TACOM) LCMC. The government also intends to utilize Reverse Auction procedures. Interested parties are encouraged to review the tutorial at the U.S. Army Auction and Valuation engine Website (https://usave.monmounty.army.mil/EndUser/login/login.jsp). This action is a 100% Small Business Set-aside, 750 employees, NAICS Code-334220. All interested contractors are reminded that they must be registered or update their registration at the Central Contractor Registration Website at http://www.ccr.gov in order to facilitate award of a contract. Interested parties are further advised that failure to register their firm may render you ineligible for award. Contractors should also register or update their registration at the Online Representations and Certifications Application website at http://orca.bpn.gov/. Interested parties should continue to monitor the CECOM LCMC Interactive Business Opportunities Page (IBOP) (https://abop.monmouth.army.mil) and the Federal Business Opportunities Page. For further information and formal solicitation go to IBOP/Solicitation/2010/Contract #W15P7T-10-B-B601. See numbered notes 1, 9. The solicitation will become available on the CECOM LCMC Interactive Business Opportunities Page as listed above with a link from the Federal Business Opportunities page. If you are not registered already please register on the local Business Opportunities Page (ABOP). Contracting Office Address: CECOM Contracting Center (CECOM-CC), ATTN: CCCE-CBK-B, Aberdeen Proving Ground, MD 21010-5401 Point of Contact(s): Contracting Officer Eric Hertl, 410-417-2006, eric.hertl@us.army.mil Contract Specialist Ella Curtis, 410-417-2003, ella.curtis@us.army.mil The Government intends to award one contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. The following factors shall be used to evaluate offers: The evaluation factors are listed in descending order of importance. The Price Factor is significantly more important than the Performance Risk Factor, which is slightly more important than the Technical Factor. 1.)Price Factor- The Total Evaluated Price will be the sum of the Total Evaluated Firm Fixed Price (FFP) CLIN/SLINs calculated by multiplying the price per range quantity by an enclosed quantity defined in the attached Evaluation Form. Those quantities do not include First Article Testing (FAT), FAT is included in a separate CLIN/SLIN. The sum of the five (5) year CLIN/SLINs as well as the FAT CLIN will be evaluated. This evaluation will be held at the conclusion of the reverse auction. 2.)Performance Risk Factor- the Government will assess the relative risk associated with an offerors likelihood of success in performing the solicitations requirements as indicated by the offerors record of relevant past performance. Relevant past performance includes purchase orders and contracts with the Department of Defense over the past three years. 3.)Technical Factor- The offerors proposal shall demonstrate their ability to understand the requirement and capability to meet the physical and performance requirements stated in the SOW.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a0f9ac77f3c88d5d341e991c87721d66)
- Place of Performance
- Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 2445-E APG MD
- Zip Code: 21010
- Zip Code: 21010
- Record
- SN02227451-W 20100805/100803235921-a0f9ac77f3c88d5d341e991c87721d66 (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 |