Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
MODIFICATION

12 -- Market Survey for Mortar Fire Control Systems (MFCS) and Operational New Equipment (OPNET) and Maintenance New Equipment Training (MNET)

Notice Date
6/26/2013
 
Notice Type
Modification/Amendment
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-13-X-A017
 
Response Due
7/29/2013
 
Archive Date
8/25/2013
 
Point of Contact
Melanie Brooks, 9737245770
 
E-Mail Address
ACC - New Jersey
(melanie.brooks2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Survey for Mortar Fire Control Systems (MFCS) and Operational New Equipment (OPNET) and Maintenance New Equipment Training (MNET) W15QKN-13-X-A017 The U.S. Army Contracting Command- New Jersey, Picatinny Arsenal, NJ 07806-5000, on behalf of the Project Manager for Combat Ammunition Systems (PM CAS) is conducting a Market Survey to identify potential sources that are capable of providing a range of activities to include MFCS and OPNET/MNET services. The Government anticipates awarding Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract covering five (5) ordering periods (FY14-18) timeframe. Respondents shall address if they can meet all government requirements in this market survey. Hardware MFCS elements consist of the M95/M96 MFCS (Mounted), the M150/M151 MFCS (Dismounted), and the M32 Lightweight Mortar Ballistic Computer (LHMBC), which consist of ruggedized military computers and personal digital assistants, displays (gunners and drivers), power distribution systems, power supplies, inertial navigation units, ruggedized mounts, and ruggedized cables. The Government will provide design information for system hardware and instructions for soldier training with the release of the RFP. A secure storage facility, possibly with ability to store tritium, is required. Respondents capable of producing and delivering the Army with MFCS, LHMBC and OPNET/MNET should be able to demonstrate the following: 1.Experience in the systems in some or all areas described above. 2.Monthly throughput of your production line by system. 3.Current and/or previous experience with MFCS and OPNET/MNET. 4.Manufacturing equipment, facility, and storage capability. 5.Tooling, fixtures and production processes to include inspection plans. 6.Key personnel descriptions capable in performing effort. The Government is providing the maximum quantity for each MFCS and LHMBC over a five year period, so that respondents will be able to provide a Rough Order of Magnitude (ROM) cost for the production of systems indicated below: 1.MFCS (Mounted) : maximum quantity of 1018 for the M95 and a maximum quantity of 99 for the M96 2.MFCS (Dismounted): maximum quantity of 300 for the M150 and a maximum quantity of 56 for the M151 3.LHMBC: maximum quantity of 2484 4.OPNET/MNET: maximum services of approximately $9.6M Technical data for all systems listed above are marked Distribution D, therefore data distribution will only be authorized to the Department of Defense (DoD) and its DoD contractors. The technical data package (TDP) will not be available until a possible solicitation is formally issued. Respondents that possess the capabilities for these items may submit their responses to the point of contact listed below. Respondents should only respond to this market survey if they can meet all the requirements listed above. Two related market surveys have been posted previously under W15QKN-13-X-A011 for the OPNET/MNET effort and W15QKN-13-X-A012 for the MFCS effort. The intent of this market survey is to identify potential sources that possess the capabilities to support both, MFCS and OPNET/MNET requirements. Request that all interested respondents indicate their size of business (small, small dis-advantaged or large business). All submissions are requested to be made electronically and shall be made no later than 29 July 2013. The information shall be sent by electronic mail to both michael.j.gomez50.civ@mail.mil, and melanie.brooks2.civ@mail.mil. All information submitted will be held in a confidential status. Telephone inquiries will not be accepted. The Government will accept written questions by email. All information is to be submitted at no cost or obligation to the Government. The market survey is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. Contracting Office Address: ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000 Place of Performance: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ 07806-5000 US *Please note that Question and Answer Set 1 were posted to ASFI on 26 June 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1a84f38187a6ed0bb45809d695f91a81)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03100323-W 20130628/130626235235-1a84f38187a6ed0bb45809d695f91a81 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.