Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
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
 
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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.