Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
MODIFICATION

L -- Technical Support Services for Program Manager Soldier Weapons (PM SW)

Notice Date
12/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN17R0016
 
Point of Contact
Marcos Kamiyama,
 
E-Mail Address
marcos.g.kamiyama.civ@mail.mil
(marcos.g.kamiyama.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
*UPDATE* W15QKN-17-R-0016 The Government is delaying the release of solicitation W15QKN-17-R-0016 due to the addition of a new labor category (Program-Acquisition Analyst) for this requirement. The anticipated release date of solicitation W15QKN-17-R-0016 has been extended to on or about January 6th, 2017. Please note, Solicitation W15QKN-17-R-0016 is for a new requirement and it is still the Government's intent to award a Single Award Firm Fixed Price (FFP) Base Year plus Four (4) one (1) Year Option Periods contract to the offeror whose proposal represents the best value to the Government based upon the evaluation of written proposals. The contract will continue to have a Period of Performance of five (5) years. And the point of contact for this requirement remains Mr. Marcos Kamiyama, email: marcos.g.kamiyama.civ@mail.mil. Synopsis-Technical Service Contract The U.S. Army Contracting Command-New Jersey-Soldier Weapons (ACC-NJ-SW) on behalf of Product Manager Soldier Weapons (PM SW) is contemplating a Small Business Set-Aside for Technical Services Support to include Program Management Production/R&D/Logistics/Earned Value Management (EVM) - Cost Analysis and Program-Acquisition Analyst. This procurement is in support of PM SW's mission to accomplish program objectives for development, production, and sustainment based on defined soldier needs. The following two (2) Product Managers execute the mission of PM SW: Product Manager Individual Weapons (PM IW) is responsible for current and future rifles, carbines, subcompact weapons, pistols, suppressors, shotguns, grenade launchers, airburst weapons systems, and their related target acquisition/fire control products, accessories and support equipment. PM IW efforts include the XM25, XM17 Modular Handgun (MHS), M320/GSS, Fire Control, M4/M4A1, and the Soldier Enhancement Program (SEP). Product Manager Crew Served Weapons (CSW) is responsible for current and future light, medium and heavy machine guns, grenade machine guns, precision weapon systems, remote weapon stations and ground mounts. In addition, it is responsible for their related target acquisition and fire-control products, binoculars and in the management of Non-Standard Weapons acquisition in support of Foreign Military Sales. PM CSW efforts include the Common Remotely Operated Weapon Station (M153), M107, M119, M1020, M151 Spotting Scope, XM157 Fire Control and Compact Semi-Automatic Sniper System (CSASS). Contractor support shall be accomplished through the development of required documentation, coordination of actions, attending Integrated Product Team (IPT) meetings as required, providing research, analyses, and reports, tracking staffing status of acquisition documents, preparing original acquisition documents and reviewing and commenting on documents. The Contractor shall also be expected to provide support in the planning and execution of test programs pertaining to PM IW programs throughout their life cycle as needed. The Contractor shall also include the preparation and maintenance of an Earned Value Management System (EVM) for programs that require earned value management. It is the Government's intent to award a Single Award Firm Fixed Price (FFP) Base Year plus Four (4) one (1) Year Option Periods contract to the offeror whose proposal represents the best value to the Government based upon the evaluation of written proposals. The contract will have a Period of Performance of five (5) years. The Solicitation will be issued on or about January 6, 2017. The point of contact for this requirement is Mr. Marcos Kamiyama, email: marcos.g.kamiyama.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ebad4259f773c3bfc8f709a191691e61)
 
Place of Performance
Address: Buildings 151 and 3305, Picatinny Arsenal, New Jersey, 07806, United States
Zip Code: 07806
 
Record
SN04352856-W 20161217/161215234506-ebad4259f773c3bfc8f709a191691e61 (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.