Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2017 FBO #5740
SOLICITATION NOTICE

D -- Common Hardware System 5th Generation (CHS-5)

Notice Date
8/9/2017
 
Notice Type
Presolicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W15P7T) Division B, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T17R0008
 
Point of Contact
Shanita Karen Simmons, Phone: 443-861-4955, Phillip S. Vitakis, Phone: 4438614960
 
E-Mail Address
shanita.k.simmons.civ@mail.mil, phillip.s.vitakis.civ@mail.mil
(shanita.k.simmons.civ@mail.mil, phillip.s.vitakis.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, Division B Contracting, APG, MD, anticipates issuing Request for Proposal (RFP) in support of PEO C3T, Product Lead Common Hardware Systems (PdL CHS) Common Hardware Systems 5th Generation (CHS-5) contract. PdL CHS supports Army and Department of Defense (DoD) requirements to acquire flexible, cost effective, shared, and simplified non-developmental Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) solutions that improve interoperability and connectivity on the battlefield while garnering efficient competition to enable the latest commercial technology solutions to be integrated onto the Army's tactical network. The product office implements Commercial Information Technology (CommIT) acquisition strategies for programs through seamless and consolidated procurement, sustainment, and technology upgrades to meet programs' cost, schedule, and performance requirements. PdL CHS provides this cross-cutting capability allowing individual programs to garner efficiencies through streamlined common hardware configurations while supporting broader Army goals and initiatives. The product office's engineering team coordinates across programs to design and configure CommIT to meet specific requirements for transport or ruggedization and to ensure configuration, obsolescence, and end-of-life (EOL) management. PdL CHS manages a portfolio of C5ISR solutions including, but not limited to, servers, storage, clients, networking devices, ruggedized platforms, hand-held end devices, Operational Transit Cases (OTC) and peripherals devices that are environmentally tested to meet programs' unique requirements. The product office also tracks product warranty, failure and repair data, and related sustainment data. Additionally, PdL CHS works across programs and with the organic industrial base to identify effective and efficient sustainment strategies to achieve lifecycle objectives. This contract provides a mechanism to help Army and DoD programs meet their requirements. This solicitation is for a Single Award, Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five (5) year Period of Performance (PoP) (three (3) year base period with two (2), one (1) year option periods) for the rapid procurement of total life cycle system management solutions in support of tactical programs. This effort will provide seamless and consolidated procurement of CommIT, customizable sustainment strategies, non-personal services, and continuous technology upgrades. Equipment and services procured under the terms of this contract will be used to support tactical requirements. The Common Hardware System - 5th Generation (CHS-5) contract will be solicited on the basis of Full and Open Competition. The CHS products and services are in support of all new and existing platforms, systems, subsystems and components. Delivery Orders (DO) for hardware will be issued as Firm Fixed Price (FFP) or Fixed Price Incentive (FPI) requirements. Task Orders (TO) for services will be either FFP, and/or Cost Plus Fixed Fee (CPFF) (Completion or Term), and/or Cost. The total estimated value of this acquisition is $3.9B. The CHS-5 contract will be solicited on the basis of Full and Open Competition. Award will be made to the best overall proposal which is determined to be the most beneficial to the Government utilizing the best value trade-off method of source selection described under Section L and Section M. The Government reserves the right to make an award without discussions. Therefore, the Offeror's initial proposal should contain the Offeror's best terms. Should discussions be necessary, then such discussions will be done in accordance with FAR Part 15.306. 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 proposal due date will be indicated in the solicitation. No further industry days 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 334111. 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. The solicitation number W15P7T17R008 is linked to the previous Special Announcement of W15P7T15RCHS5. Interested parties are encouraged to monitor FedBizOpps for the release of the solicitation. The points of contact for this action are: Shanita "Karen" Simmons, Contract Specialist, email: shanita.k.simmons.civ@mail.mil, and Phillip S. Vitakis, Contracting Officer, email: phillip.s.vitakis.civ@mail.mil. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation. The solicitation is expected to be released on or about 15 days from this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f527b6989dc784508feb48e330976fdc)
 
Record
SN04620144-W 20170811/170809232115-f527b6989dc784508feb48e330976fdc (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.