Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2002 FBO #0329
SOLICITATION NOTICE

A -- EXTRACTION PARACHUTE JETTISON SYSTEM (EPJS) HEAVY

Notice Date
10/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
DAAD16-03-R-0004
 
Archive Date
12/2/2003
 
Point of Contact
Xinia Llovet-Zurinaga, 508-233-4146
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center
(Xinia.Llovet-Zurinaga@natick.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The US Army Soldier Systems Center, Product Manager - Force Sustainment Systems, Natick, MA, has a requirement for an Extraction Parachute Jettison System (EPJS) Heavy to augment the existing EPJS-Light. EPJS-Light can jettison 15-foot, 22-foot, and singl e 28-foot extraction parachutes. An EPJS-Heavy is required for jettisoning clusters of two and three 28-foot extraction parachutes, and it must be interoperable with the EPJS-Light. Performance requirements and verification methods are described in the E PJS-Heavy Purchase Description document available in the Soldier Systems Center's website. Emphasis will be placed on safe control of jettisoned components. For informational purposes only and to obtain the latest information regarding the EPJS-Heavy bef ore the RFP release, please go to Soldier Systems Center?s web site at https://www3.natick.army.mil/under Business Opportunities/UPCOMING ACQUISITIONS/DAAD16-03-R-0004/Files Available for Download. Purchase Description, background information, and drawing s are available for download. The Request for Proposal (RFP) will be posted on the Soldier Systems Center web site located at https://www3.natick.army.mil/ under Business Opportunities/Ongoing Acquisitions/DAAD16-03-R-0004 on or about 15 October 2002. NO h ardcopies will be mailed. Telephone calls will not be accepted. Questions may be sent to Ms. Xinia Llovet-Zurinaga, Contract Specialist, via e-mail at Xinia.Llovet-Zurinaga@natick.army.mil or fax (508) 233-5286 or 4998. Firms will not be reimbursed for any costs associated with proposal preparation. Proposal evaluation will include, but not be limited to, the following processes: A RFP will be issued and offerors' proposals will be evaluated to determine the item's ability to meet the requirements stated in the EPJS-Heavy Purchase Description. A competitive range will be established, and offerors of proposals that fall within the range and have systems or system components available for purchase may be issued purchase orders for systems or components to be t ested and evaluated. If systems or components are available, one extraction parachute jettison device and the means to activate it at least three times must be ready for testing 90 days after issuance of purchase order. Offerors will be required to provide repair and training support during these tests, and will be compensated for such support as a separate Contract Line Item Number (CLIN) in the purchase order. These hardware items will be subjected to a limited test and evaluation but will not be flight t ested. Based upon the proposals review and results of any test and evaluation of purchased hardware items, a single contract will then be awarded to the successful offeror to include a System Development and Design Validation Base Effort, an option for Des ign Refinement and Testing, an option for Operational Testing, an option for Production Drawings, and options for production. The Base Effort will include CLINs for test items, engineering, and testing support. The Base Effort will require 2 complete EPJ S-Heavy systems and be a Cost Plus Fixed Fee (CPFP) type contract. Test items will undergo evaluation for fit, form and function, and will also be subjected to airdrop testing. An option (CPFF) to refine the design and manufacture 10 EPJS-Heavy test articl es may be exercised and the items subjected to Development Testing (DT) to determine if they satisfy all performance requirements. This option will include CLINs for test items, engineering, and testing support. Upon successful completion of DT an option( CPFF) to reconfigure any non-conforming hardware to production configuration may be exercised. This option would include preparing and conducting Operational Tester training and Instructor and Key Personnel training, and preparing technical manual changes and provisioning data. If Operational Test is successful and the Army decides to acquire and field the EPJS-Heavy, a production option - Firm Fixed Price (FFP ) may be exercised to meet the Army's estimated fielding requirements of approximately 250 EPJS-Heavy systems. Another FFP option to acquire production drawings may also be exercised. The North American Industrial Classification System (NAICS) code is 336 413. This acquisition will be conducted on a Full and Open Competitive basis. NOTE: This synopsis was previously announced under solicitation number DAAD16-02-R-0035, which now has been changed to DAAD16-03-R-0004.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D ), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00194087-W 20021027/021025213420 (fbodaily.com)
 
Source
FedBizOpps.gov 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.