Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOLICITATION NOTICE

69 -- Abrams M1A2 SEP V2 Advanced Gunnery Training System (AGTS)

Notice Date
1/26/2016
 
Notice Type
Presolicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
STOC09D0314ABRAMSAGTSV2
 
Archive Date
3/11/2016
 
Point of Contact
Craig H. Cunningham, Phone: 4073845263
 
E-Mail Address
craig.h.cunningham.civ@mail.mil
(craig.h.cunningham.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE PROCUREMENT: Market Research is being conducted to verify that no other sources can meet the requirement to develop, integrate, and install the Field Modification 2 (FM2) concurrency upgrades on the Abrams M1A2 SEP V2 AGTS and manufacture, produce, and install mobile Abrams M1A2 SEP V2 AGTS systems. Interested sources are invited to provide their company's capability statement to support this program as described in this Sources Sought program description, acquisition approach, and delivery schedule as described herein. PROGRAM DESCRIPTION: Lockheed Martin Mission Systems and Training (LM MST) has been the sole source, prime contractor since the inception of the Abrams AGTS program competitively awarded in 1994, and for all subsequent upgrades and improvements to the Abrams AGTS and its derivatives. The Abrams AGTS upgrades and improvements are based on a proprietary system design developed at private expense by LM MST and 10 U.S.C. 2320(a)(2)(F)(i) precludes the Department of Defense from making release or sale of proprietary technical data a condition of contracting with the Government. The Government possesses only Limited Purpose Data Rights, with Restricted Data Rights on some software components. The Manufacturing Technical Data Package (TDP), which includes manufacturing drawings, hardware technical data, crew station molds, and runtime software, is not owned by the Government. Product Manager for Ground Combat Tactical Trainers (PdM GCTT) has a requirement to upgrade the Abrams AGTS training devices to be concurrent with changes made to the Abrams Tank under the FM2 effort to ensure that the AGTS system trains Soldiers with the exact same functionality that crews will encounter in the tactical vehicle. The contractor will develop the hardware and software modifications and then deliver and install the upgrade kits at all Abrams AGTS sites. In total, the contractor shall provide hardware and software upgrade kits (including documentation updates) for fifty-two (52) M1A2 SEP V2 AGTS systems. PdM GCTT has a requirement to produce and deliver two mobile M1A2 SEP V2 AGTS systems to Ft. Bliss, Texas. The contractor will produce two new mobile M1A2 SEP V2 AGTS and spares based on the existing designs for already-fielded systems, conduct production testing with Government personnel, and deliver them to the site. Once on-site, the contractor will setup the system and conduct on-site acceptance testing with Government personnel to ensure full functionality of the system. PdM GCTT has a requirement to produce and deliver two mobile M1A2 SEP V2 AGTS systems to Camp Buehring, Kuwait. Upon the exercise of the option for two mobile M1A2 SEP V2 AGTS systems, the contractor will produce two new mobile M1A2 SEP V2 AGTS systems and spares based on the existing designs for already-fielded systems, conduct production testing with Government personnel, and deliver them to the site. Once on-site, the contractor will setup the system and conduct on-site acceptance testing with Government personnel to ensure full functionality of the system. ACQUISITION APPROACH: PEO STRI Acquisition Center intends to solicit and negotiate with only one source under the authority of FAR Subpart 16.505 (b) (2) (i) (B). Only one responsible source and no other supplies or services will satisfy agency requirements. Substantial duplication of cost to the Government that is not expected to be recovered through competition. The Government intends to award a new Firm Fixed Price (FFP) Delivery Order (DO) under STOC II, W900KK-09-D-0314 to LM MST with a Time and Material (T&M) contract line item number. Execution of the contract is projected for the first quarter of Fiscal Year 2017 (FY17). The total contract period of performance will not exceed 30 September 2019, to include all options. LM MST alone possesses the required system technical data and knowledge needed to integrate subsystems effectively to meet user performance criteria. Consequently, the proprietary designs of AGTS as described are unique to LM MST. Since upgrades and improvements will use the existing AGTS as a basis for the upgraded components, knowledge of the existing system is imperative in order to ensure a smooth transition between the current AGTS and the improved AGTS configuration. ESTIMATED ACQUISITION DOLLAR VALUE: Approximately $7M PERIOD OF PERFORMANCE/DELIVERY: Production, delivery, installation, and testing of the Abrams FM2 concurrency upgrades is due 12 months after contract award. Production, delivery, installation, and testing of the two new mobile M1A2 SEP V2 AGTS systems for Ft. Bliss, TX is due one year and six months after contract award. Production, delivery, installation, and testing of the two new mobile M1A2 SEP V2 AGTS systems for Camp Buehring, Kuwait is due one year and six months after the option is exercised. RESPONSES REQUESTED: Interested contractors must submit their capabilities statement by the closing date of this notice to the POC listed below. Responses shall provide a description of the offeror's ability to meet the Abrams AGTS program description, acquisition approach, and delivery schedule. See attached Statement of Work. The response shall include a Rough Order of Magnitude (ROM) estimate for the requirement on an FFP basis. The offeror's capability statement may not include any new or non-recurring design effort. The offeror's capability description should include documentation demonstrating that the offeror has adequate financial resources to perform the contract, or the ability to obtain them; considers all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; and has the necessary technical and management resources and facilities, or the ability to obtain them. Responses should appear on company letterhead and include any applicable pricing data or information. All responses should include a point of contact, telephone number, and an e-mail address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned. Responses shall be submitted electronically by email to Craig.Cunningham.civ@mail.mil no later than 1500 EST on 25 February 2016. NOTICE: This notice of intent to award sole source is being provided to verify that no other sources can meet this requirement given only one responsible source and no other supplies or services will satisfy agency requirements. Substantial duplication of cost to the Government is not expected to be recovered through competition. Contractors are advised that a determination by the Government not to compete this effort based on any responses to this notice is solely within the discretion of the Government IAW FAR Part 6. DISCLAIMER: This notice does not constitute an Invitation for Bids (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification. The Government will use any information received by the closing date of this notice to determine whether other sources are available and capable to satisfy this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3d8dfeb3da7b4cb12515cc3cbb7c0475)
 
Record
SN04001636-W 20160128/160126234750-3d8dfeb3da7b4cb12515cc3cbb7c0475 (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.