Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
MODIFICATION

R -- Product Manager Force Protection Systems (PdM FPS)Systems Engineering and Technical Assistance(SETA) Contract effort. This corrects the Notice Type from Presolicitation to Combined Synopsis/Solicitation. This is NOT an Amendment.

Notice Date
1/27/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY12R0024
 
Response Due
3/2/2012
 
Archive Date
5/1/2012
 
Point of Contact
Phylis G. Ross, 407-208-5619
 
E-Mail Address
ACC-APG - Natick (SPS)
(phylis.g.ross@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The U. S. Army Contracting Command, Natick Contracting Division in support of Product Manager Force Protection Systems (PdM FPS) has a requirement for Systems Engineering and Technical Assistance (SETA) contract to provide personnel, equipment, tools, materials, supervision, and other items and non-personal services. The objective is to provide SETA support to PdM FPS during all phases of pre-acquisition, technology development (TD), engineering and manufacturing development (EMD) production and deployment, and operations and support for Force Protection/Physical Security Equipment (FP/PSE) development/non-development programs and projects to assure the development process is fully integrated with respect to design, test and evaluation, production, operation and logistic support. The primary mission of PdM FPS is research, development, acquisition (RDA), and the commercial product evaluation of FP/PSE under purview of the Army pursuant to DoDI 3224.03. In addition, PdM FPS is responsible for: centralized management of PF/PSE for US Army users, joint service applications, and actions required to type classify such equipment developed by other services or Federal agencies for which a stated U.S. Army requirement exists; and assistance to other Services and Federal Agencies in the development and acquisition of FP/PSE systems. This includes support to the DoD Physical Security Equipment Action Group (PSEAG) and its associated working groups such as the Interagency Technical Support Working Group (TSWG). The following Technology Development (TD), Engineering and Manufacturing Development (EMD) and Other Procurement Army (OPA) funded programs/products are currently being managed or supported by PdM FPS to meet DoD specific requirements: Integrated Commercial Intrusion Detection System (ICIDS); Mobile Detection Assessment Response System (MDARS); Battlefield Anti-Intrusion System (BAIS)(AN/PRS-9); Lighting Kit, Motion Detector (LKMD)(AN/GAR-s); Force Protection Suite Project; Entry Control Point (ECP) Project; Non-Intrusive Inspection System (NIIS) Project; Rapid Deployment Integrated Surveillance System (RDISS) Project; Automated Installation Entry (AIE) Project and planning and execution of DoD Force Protection Equipment Demonstrations (FPED). Emerging requirements for which SETA support would be required include Integrated Ground Security Surveillance and Response Capability (IGSSR-C); Tactical Security System (TSS); and Tunneling Detection. The contract will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) in which Task Orders may be issued and will be for a one year base period, a first option period of one year and a second option period of three months. The Government will award to the Offeror whose proposal offers the best value in terms of Technical Ability, Past Performance, and Price. The Government envisions Firm Fixed Price task orders. The guarantee minimum is anticipated to be $2,500.00 for the length of each task order (base year) and the cumulative total of all Task Orders awarded will not exceed $49,062,064.65 over the life of the contract. The Government envisions that a single award will be made; however, it reserves the right to make no award or to make multiple awards, if in the best interest of the Government. If for any reason, there are no successful proposals, or only one successful proposal, the Government reserves the right to re-open the solicitation. This will be a Service Disabled Veteran Owned Small Business set-aside. NAICS Code 541990, All Other Professional, Scientific, and Technical Services, applies with a small business size standard of $7,000,000. Proposals shall be due no later than 2:00 pm on 2 March 2012. Any questions about this requirement must be submitted in writing to Phylis Ross at phylis.g.ross @us.army.mil. All proposals shall be sent to Product Manager, Force Protection Systems, Attn: Mary Byrd, Bldg 365, Suite 1, 5900 Putnam Road, Fort Belvoir, VA 22060 Contracting Office Address: Army Contracting Command - Natick Contracting Division, 13501 Ingenuity Drive, Ste 200, Orlando, FL 32826 Place of Performance: Both CONUS (on-site/off-site) and OCUNUS (Afghanistan, Kuwait, Qatar and Korea) work will be performed. For CONUS work, Government furnished spaces will be provided. No GFP is identified at this time for offsite work, but may be specified at the task order level. Point of Contact(s): Phylis G. Ross, Contract Specialist, 407-208-5619 Patricia A. Verica, Contracting officer (407) 208-3017 ACC-APG-NCD Acquisition Center - Natick
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a5af11942f5b82c62036dd408e4cdb36)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02662797-W 20120129/120127234529-a5af11942f5b82c62036dd408e4cdb36 (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.