Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

25 -- Common Aviation Command and Control System (CAC2S)

Notice Date
9/15/2016
 
Notice Type
Presolicitation
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-16-R-0217
 
Point of Contact
Alexander E. Lyon, Phone: (703) 432-4369, Mohamed Elmi, Phone: (703) 432-3233
 
E-Mail Address
alexander.lyon@usmc.mil, mohamed.elmi@usmc.mil
(alexander.lyon@usmc.mil, mohamed.elmi@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Program Executive Officer, Land Systems Marine Corps (PEO-LS) Air Command and Control Sensor Netting (AC2SN) has a requirement to procure, manufacture, assemble and test Full Deployment Units (FDUs) of the Common Aviation Command and Control System (CAC2S) Air Command and Control Subsystem (AC2S). This is a build-to-print requirement that includes the associated production management, software sustainment, systems engineering, testing, and logistics requirements. The contractor selected shall build these items in accordance with the provided Technical Data Package (TDP) for the required quantity of AC2S AN/TSQ-297V(1), AN/TSQ-297V(2) and AN/TSQ-297V(3) System Configurations. The contractor selected shall deliver FDUs consisting of manufactured items, Government Furnished Equipment (GFE) and Commercial Off-the-Shelf (COTS) items. The FDUs to be delivered shall be tested in accordance with Government approved test plans. Manufacturing acceptance and Government System Final Acceptance Testing (FAT) shall take place at the selected contractor's facility. The selected contractor shall deliver initial spares in accordance with the procedures specified in the resulting contract. The contract shall include a requirement for FAT in the event a non-incumbent contractor is selected for award. The contract type is Firm Fixed Price (FFP) for FAT, FDUs, CDRLs and initial spares requirements and cost CLINs reserved for system engineering and Government Furnished Property (GFP) repair. The total quantity of FDUs anticipated between base years and options is forty-one (41). The sequence of FDU configuration manufacture is provided within the solicitation. If all options are exercised, the total contract period of performance is anticipated to be 36-48 months. This pre-solicitation notice is for information and planning purposes only and does not contain the final Request for Proposal (RFP). The Government intends to release a final RFP in the near future, leading to full and open competition under the authority of 10 USC 2304(a) and in accordance with Federal Acquisition Regulation (FAR) Part 15. Draft AC2S RFPs were previously issued under draft RFP # M67854-16-R-0202 on 25 March 2016, 25 April 2016, and 16 May 2016 on this website. Upon posting of the final RFP to this website, proposals are anticipated to be due within 45 calendar days. All responsible sources may submit a proposal which will be considered by the agency. Contract award is expected in FY2017. All communications regarding this notice must come through the Contracting Officer, Mr. Mohamed Elmi, at (703) 432-3233 or Mohamed.elmi@usmc.mil and the Contract Specialist, Mr. Alexander Lyon, at (703) 432-4369 or alexander.Lyon@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-16-R-0217/listing.html)
 
Place of Performance
Address: At Contractor Facility, United States, United States
 
Record
SN04273752-W 20160917/160915235957-c41857cf9a2bf2e3f342deb00b9d9e43 (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.