Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
MODIFICATION

63 -- The objective is for the procurement of up to 25,911 production

Notice Date
8/30/2011
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
ACC-APG SCRT - Natick Installation, Directorate of Contracting, Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-11-R-0067
 
Response Due
8/30/2011
 
Archive Date
10/29/2011
 
Point of Contact
Connie Aviles, 407-384-5516
 
E-Mail Address
ACC-APG SCRT - Natick Installation
(connie.aviles@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W911QY-11-R-0067 Notice Type: Presolicitaion Synopsis: 8/30/2011 The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Natick Contracting Division (NCD) on behalf of Product Management-Force Protection Systems (PdM-FPS) has a requirement for Full Rate (FRP) production of the Lighting Kit Motion Detection (LKMD) program. LKMD is a small, modular, unattended tactical ground sensor-based early warning system providing early detection and warning of intrusions. LKMD provides enhanced force effectiveness and situational awareness during all types of combat operations or missions. LKMD further enhances force protection by operating as a tactical stand-alone system, a supplemental device for use with other force protection and physical security systems or as part of an integrated layered situational awareness concept. LKMD provides programmable responses of illumination and/or sound, resulting in increased operational reaction time for individuals, teams, squads or platoons. Capable of being programmed and placed into operation quickly, LKMD allows the soldier to remotely program response configurations and is quickly recoverable. The sensor provides a pre-programmed response of audible/silent alarms and sends data to the hand-held remote control, notifying the operator of a detected target. Upon detection of a target entering the specified area, it activates the modules providing a pre-programmed illumination response. The Contractor shall fabricate and integrate components of LKMD systems, conduct First Article Test (FAT), obtain Government approval for the tested articles, conduct Production Acceptance Test (PAT) and deliver FRP systems to the designated Government location along with any associated equipment, material, firmware and software. The contractor will be required to provide pricing data to permit evaluation of the economic order quantities based on proposed discounts. The LKMD contract will be awarded using full and open competition. It will be a Firm Fixed Price Indefinite Delivery Indefinite Quantity (FFP IDIQ) production contract. The proposed acquisition approach will be for a five-year (two-year base with three (3) one-year option periods) award FFP IDIQ contract valued at approximately $102M for 25,911 production systems and an initial spares package A single award contract is planned, which will further enable life cycle costs, schedule and performance management efficiency. LKMD procurement FY12-16 is the focus for this requirement. The Government estimates that proposals shall be due not later than 2:00p.m. on 31 October 2011. Any questions about this requirement must be submitted in writing to Constance Aviles at connie.aviles@us.army.mil. All proposals shall be sent to the address specified in the solicitation. The Solicitation is estimated to be released on 27 Sept 2011. All pertinent information regarding this solicitation will be included in the RFP. A Product Demonstration will be required for interested vendors. Information regarding Product Demonstration Procedures and Product Demonstration Evaluation Criteria will be released in the RFP. Vendors will be required to self nominate for participation in the Product Demonstration by 06 Oct 2011 to the contract specialist identified in Point(s) of Contact below. Contracting Office Address: ACC-APG-Natick Contracting Division, 13501 Ingenuity Drive, Ste 200, Orlando, Fl. 32826 Point(s) of Contact: Constance Aviles, Contract Specialist, (407) 384-5516 Patricia Verica, Contracting Officer, (407) 208-3017
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a0cf012222f199ccb8de590fcaefe2cd)
 
Place of Performance
Address: ACC-APG SCRT - Natick Installation Directorate of Contracting, Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02555946-W 20110901/110831000429-a0cf012222f199ccb8de590fcaefe2cd (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.