Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2012 FBO #3722
SOLICITATION NOTICE

99 -- Synopsis, Joint Tactical Ground Station (JTAGS)Pre-Planned Product Improvements (P3I)

Notice Date
1/31/2012
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M-12-R-0015
 
Response Due
2/15/2012
 
Archive Date
4/15/2012
 
Point of Contact
Christy L. Tarantini, 256-955-5890
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(christy.tarantini@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
In support of and behalf of the Joint Tactical Ground Station (JTAGS) Program Manager, the U.S. Army Space and Missile Defense Command/Army Strategic Forces Command and Army Contracting Command-Redstone requires the design, development, upgrade, testing, certification, production, fielding and sustainment of Pre-Planned Product Improvements (P3I) to the JTAGS systems. Note that this requirement was previously synopsized under W9113M-10-R-0015 and W9113M-11-R-0015, which henceforth is referred to as "W9113M-12-R-0015". In support of the stated requirements the Government contemplates the award of a single hybrid contract containing various cost-plus-incentive-fee, firm-fixed-price, firm-fixed-price-labor-hour, and firm-fixed-incentive-fee contract line items and resulting technical directives that will be utilized to acquire the stated requirements. The base contract will award the Block 2 Phase 1 concept design, development, integration, testing, and certification effort. The contract will also include options for each of the following: Block 2, Phase 1 production and fielding; Block 2 Phase 2 design, development integration, testing and certification; Block 2, Phase 2 production and fielding; and, contractor logistics support for developmental items and fielded systems. An option will also be included to provide for engineering services support for exercise, experimentation, and technology research support, as they are identified. This effort will be competed as a full and open competition under FAR Part 15. The respective NAICS for this effort is 541712, with a small business size standard of 1,000 employees. ** Special Notice ** Due to their anticipated support as non-voting advisors to the acquisition source selection board, in order to avert an organizational conflict of interest the companies listed below are precluded from submitting proposal in response to the above-stated requirements, and are also prohibited from teaming arrangement with potential offerors. BAE Systems SAIC Wyle/CAS Potential offerors shall advise the RFP solicitation contracting officer and contracting official point of contact (POC) listed below as soon as possible of any concerns/questions with regard to the use of the advisors from the companies listed above. A potential offeror that is already affiliated with, or is contemplating a contractual relationship with, any of the firms listed above shall notify the RFP solicitation contracting officer and contracting official POC listed below as soon as possible, but no later than ten (10) calendar days after the issuance of this solicitation. DoD Contract Security Classification Specification (DoD Form 254), which is marked "For Official Use Only", will be sent directly to requesters upon request. Per Department of the Army policy, the DoD Form 254 cannot be electronically mailed to a contractor via a ".com" electronic mail address, it will only be electronically mailed to a contractor using one of the following methods: SIPRNET, Contractor AKO account (contractor must use the AKO account to receive and government must use AKO account to send), or encrypted using a NSA-approved encryption method. The DD Form 254 will not be posted to web pages via RFPs, BAAs, etc. The DD Form 254 may be mailed to a contractor via the U.S. Postal Service. Requests shall be sent to the POC electronic mail address listed below. The estimated release date for the Request for Proposal (RFP) solicitation is on or about February 3, 2012 (note that this date is for planning purposes only, and is subject to change). The closing date/date for receipt of offers is found on Page 1 of the RFP solicitation and within any issued RFP amendments; the response deadline stated in this notice or on this website is not binding against the Government. All contractors who provide goods/services to DoD must be registered in the Central Contractors Register (CCR). You may register via the internet at http://www.ccr.gov or contact CCR at 1-888-227-2423. This notice does not constitute official release of the RFP solicitation, which the Government reserves the right not to issue an RFP solicitation or to issue the RFP solicitation on a different than stated above; vendors and potential offerors are cautioned to review this website for official notices regarding this acquisition and release of the RFP solicitation; offeror responses to this notice will not be treated as formal proposal submissions. Further, the Government will not be held liable (financially or otherwise) for or any costs incurred as a result of this notice or subsequent notices. Questions regarding the above-stated requirements only will be accepted in writing to christy.tarantini@us.army.mil; no telephone calls, facsimile transactions, or in-person inquiries will be accepted. All correspondence must reference "W9113M-12-R-0015" and "P3I". Place of Performance: Locations as stated in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-12-R-0015/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN02664283-W 20120202/120131234423-950aea19d0add5ee460601ca98eadaea (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.