Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
SOLICITATION NOTICE

A -- Pre-solicitation/Synopsis For The Next General Chemical Detector 1 (NGCD1), Aerosol & Vapor Chemical Agent Detector (AVCAD)

Notice Date
12/16/2016
 
Notice Type
Presolicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911SR) Edgewood, E4215 AUSTIN ROAD, Aberdeen Proving Ground, Maryland, 21010-5424, United States
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-17-R-0005
 
Archive Date
2/14/2017
 
Point of Contact
Jemel Hogan, Phone: 4104364068, Jonita L. Joyner, Phone: 4104368426
 
E-Mail Address
jemel.m.hogan.civ@mail.mil, jonita.l.joyner.civ@mail.mil
(jemel.m.hogan.civ@mail.mil, jonita.l.joyner.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION SYNOPSIS NOTICE: The Army Contracting Command Aberdeen Proving Ground (ACC-APG) Contracting Center, Edgewood Contracting Division, APG, MD, APG-EA Branch, on behalf of the Joint Project Manager, Nuclear Biological Chemical Contamination Avoidance (JPM NBC CA) anticipates issuing Request for Proposal (RFP) in support of the Next Generation Chemical Detector 1 (NGCD1) program. The JPM NBC CA is conducting the NGCD1 program to fill known operational gaps in chemical detection. NGCD1, now named XM12 Aerosol & Vapor Chemical Agent Detector (AVCAD), will detect traditional and advanced threat vapors and liquid and solid aerosols. The AVCAD will detect, identify, alarm, and report the presence of foreign variants of aerosol and vapor chemical hazards. The AVCAD will also include a wireless remote alarm capability. The AVCAD will operate in both dismounted and mounted configurations (a portable system capable of detecting and identifying vapor and aerosol chemical hazards to meet AVCAD requirements). The U.S. Army, Air Force, Navy, and Marine Corps will use the AVCAD to conduct or support their missions. These missions include monitoring, collective protection, base defense, decontamination, unmasking, dismounted reconnaissance, mounted reconnaissance (on the Stryker Nuclear Biological Chemical Reconnaissance Vehicle (NBCRV)), shipboard (replacing the current shipboard chemical detection system), and aviation (CH-47 Chinook, OH-60 Blackhawk, and CH-72 platforms for surveillance and survey of cargo and personnel). The objective of this effort is to procure XM12 AVCADs for EMD. The contract requirements for the XM12 AVCADs include EMD Government testing, program and logistic support, and delivery of technical data (end-item products, software, and logistics). The anticipated contract will be for ten years, consisting of twenty seven (27) months EMD, twenty one (21) months LRIP, and six (6) years FRP. The acquisition will be a negotiated, best-value procurement using the Contracting by Negotiation process prescribed in Federal Acquisition Regulation (FAR) Part 15. The source selection process to be utilized for this acquisition is best value/trade-off method. The submission requirements and evaluation criteria will be defined in the solicitation. More information about source selection will be listed under Section L and Section M of the solicitation. The Solicitation Number W911SR-17-R-0005 will be issued on or about middle of February 2017. The U.S. Government anticipates award of one single contract as a result of this solicitation. The proposal due date will be indicated in the solicitation. No industry day will occur. Hard copies will not be available and written or fax requests will not be accepted. The official media of distribution for this RFP is the web. Contractors may download the solicitation and any amendments via the Federal Business Opportunities (FedBizOpps) web site at www.fbo.gov, on or after the issue date. It is the offeror's responsibility to monitor the FedBizOpps web site for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Offerors are responsible for printing copies of the RFP and any amendments. The North American Industry Classification System (NAICS) code is 334519 with size standards in number of employees 500. The Contractor is required to register with the DOD System for Award Management (SAM) at http://www.sam.gov as required by FAR 52.204-7. No contract award shall be made to any contractor that is not registered or in the process of registering with the System for Award Management. This PRE-SOLICITATION SYNOPSIS NOTICE is for information and planning purposes only and does not constitute a formal Request for Proposal (RFP). Following the release of an official solicitation, responsible sources may submit a capability statement, or proposal; which will be considered by the Government. This PRE-SOLICIATION SYNOPSIS NOTICE is not to be construed as a commitment by the Government. This is not a solicitation and does not obligate the Government to issue a solicitation, nor will the Government be liable for any costs involved in submission of information in response to this notice. Release of an official solicitation is anticipated to occur on or about the middle of February 2017. No documents shall be made available prior to solicitation issuance. Interested parties are encouraged to monitor FedBizOpps for the release of the solicitation. The points of contact for this action are: Jemel M. Hogan, Contract Specialist, Email: jemel.m.hogan.civ@mail.mil, and Jonita L. Joyner, Contracting Officer, Email:Jonita.l.joyner.civ@mail.mil. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b03914c3c007aa6445bdc64f32c81ff)
 
Place of Performance
Address: APG, Maryland, 21010, United States
Zip Code: 21010
 
Record
SN04354354-W 20161218/161216234540-8b03914c3c007aa6445bdc64f32c81ff (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.