Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
MODIFICATION

A -- Radiological Detection System (RDS)

Notice Date
11/7/2014
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
ACC-APG - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR14R0009
 
Archive Date
11/7/2015
 
Point of Contact
Keyonna Hogan, 4104364476
 
E-Mail Address
ACC-APG - Edgewood
(keyonna.l.hogan.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to announce that the RDS pre-solicitation conference has been rescheduled to Thursday, 04 December 2014, 8:30am-12:30pm EST at 5183 Blackhawk Rd. (building E3549), Aberdeen Proving Ground MD 21010 (Edgewood Area). Companies that previously registered to attend the conference on 06 November 2014 will need to re-register. The registration instructions that were previously posted on 17 October 2014 are still in effect. Attendees will need to submit all required information by 28 November 2014. Request for Foreign National approval should be submitted to the contract specialist, Ms. Keyonna Hogan, via email keyonna.l.hogan.civ@mail.mil, no later than 20 November 2014. The purpose of this amendment is to postpone the RDS pre-solicitation conference. The conference will be rescheduled in early December 2014. A new date and time will be announced once available. The purpose of this amendment is to announce the pre-solicitation conference. A pre-solicitation conference is scheduled to be conducted from 1:00 PM to 5:00 PM EST. on 06 November 2014 at building E2800 (corner of Bush River Road and Ricketts Point Rd), Aberdeen Proving Ground, MD 21010 (Edgewood Area). Directions and Installation information to APG (EA) may be obtained at the APG website, https://www.apg.army.mil/NewcomersAndVisitors/GateHoursAndDirections (see Edgewood Area - APG/South). Only U.S. companies and their affiliate subsidiaries may attend. Companies interested in attending the conference must provide the company name, Cage Code, and a maximum of five (5) attendee names to the contract specialist, Ms. Keyonna Hogan, via email keyonna.l.hogan.civ@mail.mil, no later than 31 October 2014. U.S companies must have Foreign Nationals approved by the Joint Program Executive Office (JPEO) security office before attending the conference. Request for Foreign National approval should be submitted to the contract specialist via email, no later than 24 October 2014 on company letterhead and shall include the following: NAME Date of Birth From: City, country Nationality Green card number Are they are permanent resident Job title Education and training -where when Professional experience What will their role be for this requirement? During the conference, offerors will be provided an opportunity to submit written questions during the conference. If time permits, the Government will attempt to provide answers during the conference. Answers to all questions submitted will be provided at a later date and posted to Fed Biz Opps. The purpose of this amendment is to revise the response date for questions, comments, and suggestions from 14 October 2014 to 06 October 2014. This is a draft Request for Proposal and is not a formal solicitation. In an effort to promote a clear understanding of this requirement, the Government is soliciting comments and suggestions from potential Offerors. The goal is to obtain a more effective and less costly contract. Potential Offerors are invited to submit questions, comments, and suggestions on any aspect of the draft solicitation via email to Ms. Keyonna Hogan at keyonna.l.hogan.civ@mail.mil All questions, comments and suggestions shall be received by 1600 hours 14 October 2014. Depending on the number of questions, comments and suggestions the Government intends to post all responses within approximately 15 calendar days after the response date. The Government intends to conduct a formal pre-solicitation conference in the October 2014 timeframe. Additional details will be forthcoming. Changes, as appropriate, to the Government's requirement will be incorporated into any resultant formal solicitation, which will be posted to the ASFI website. The Joint Project Manager for Radiological and Nuclear Defense (JPM-RND is tasked to provide a standard Department of Defense (DoD) Radiological Detection System (RDS) that will replace the Joint Services current radiation detection, indication and computation (RADIAC) systems. The RDS will provide increased capability and enable the Joint Services to effectively conduct joint operations with interoperable equipment, by providing a network centric, rugged radiation detection capability for detection of the entire spectrum of radiological and nuclear hazards and threats. The proposed RDS contract will include a ten (10) year period of performance which will be implemented in three (3) phases. Phase I is expected to be a 36-month effort and includes the System Integration and Demonstration to include design, development and manufacture of 14 test articles as well as support of government test activities. Phase II includes the low rate initial production (LRIP) as Option 1, which may be exercised at the discretion of the Government based on need and results achieved in Phase I. Phase II is expected to be a 36 month effort for the production of 30 radiological detection systems. Phase II also includes ancillary support efforts as options. Phase III includes Full Rate Production (FRP) as Option 2 which may be ordered over a five (5) year period at the discretion of the Government based on need and results achieved in Phase II. Phase III includes an Option for Initial Spare and repair parts. It is anticipated that Phase I and Phase II (if exercised) will be awarded as a base quote mark C quote mark type contract. Phase III, if exercised will convert the base quote mark C quote mark type contract to a separate indefinite delivery indefinite quantity (IDIQ) type contract for administrative purposes to permit the ordering of hardware on an individual delivery order basis. The Government anticipates up to three (3) awards will be made from this solicitation. The Performance Specification contains technical data that is export controlled. Export of this data is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751 et seq.) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App 2401 et seq.). Violations of these export laws are subject to severe criminal penalties. Additionally, Section J Attachments of this solicitation contain controlled data whose access is restricted. The export controlled technical data and the controlled data items can be accessed electronically via the Federal Business Opportunities website (https://www.fbo.gov) with valid contractor login credentials. Once directed to the Federal Business Opportunities Website search for the RDS solicitation and follow these steps: 1) Log in Log in using your Marketing Partner Identification Number (MPIN) code 2) Select quote mark Request Explicit Access quote mark 3) Select quote mark Verify MPIN quote mark 4) This will generate an email to the FBO System Administrator 5) Please allow 2-3 working days to complete the FBO-TDP process from the FBO system 6) The FBO Administrator will provide notice of contractor approval or denial for access to the contract specialist, who will then grant quote mark Explicit Access quote mark to the controlled data. For more specific instructions on how to access controlled data and requesting explicit access view the FBO Vendor Guide at https://www.fbo.gov/index?s=getstart&mode=list&tab=list&tabmode=list&static=guides All questions concerning this proposed procurement should be directed to Keyonna Hogan, Contract Specialist, via email: keyonna.l.hogan.civ@mail.mil or Diane Dei, Contracting Officer, via email: diane.v.dei.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bba3084c41fe28cde7b625ff554de48e)
 
Record
SN03569025-W 20141109/141107233802-bba3084c41fe28cde7b625ff554de48e (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.