MODIFICATION
58 -- AMENDMENT TO SINGLE CHANNEL GROUND AND AIRBORNE EQUIPMENT (SINCGARS)
- Notice Date
- 4/4/2003
- Notice Type
- Modification
- Contracting Office
- US Army Communications-Electronics Command, CECOM Acquisition Center, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- DAAB07-03-R-C205
- Response Due
- 4/25/2003
- Archive Date
- 6/24/2003
- Point of Contact
- Robert Massaro, 732-532-2677
- E-Mail Address
-
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center
(robert.massaro@mail1.monmouth.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This notice attempts to identify additional sources for a future competitively-solicited, firm-fixed price, IDIQ contract in support of the Single Channel Ground and Airborne Radio Systems (SINCGARS). A best-value, competitive acquisition is planned. The a warded contract will be a one-year, IDIQ type contract with four one-year options. The contract will also include a two-year Award Term Incentive that will allow the Government to extend the period of performance from five to seven years with the award of any future requirements subject to the availability of funds. The contractor shall provide Advanced System Improvement Program (ASIP) SINCGARS, associated ancillary equipment, spares for various legacy configurations, test sets, repair, engineering service s, and an exportable version of the ASIP radio. Spares are defined as Line Replaceable Units (LRUs), Shop Replaceable Units (SRUs), replaceable subassemblies, and parts of end items that have National Stock Number (NSN) assignments and are listed on Append ix A of the Statement of Work (SOW). Support services include repair, repair and return, and other engineering/technical services that are needed to field and sustain SINCGARS equipment. Please Note: the SOW and the associated NSN assignments listed on App endix A of the SOW may be found on the Army's Interactive Business Opportunities Page (IBOP) at: https://abop.monmouth.army.mil./ Select CECOM Comm. Elec. Comm; Select Solicitation Number: DAAB07-03-R-C205. All the essential information and documents rela ted to this solicitation may be found on the IBOP. CECOM is revising the SOW, and the following are the areas that will be changed. These changes shall NOT BE SEPARATELY PRICED, and therefore are built into the unit price of each of the NSNs on contract. 1. OBSOLESCENCE MANAGEMENT: Obsolescence will be transparent to CECOM. The effect of obsolescence and/or obsolescence issues will be the responsibililty of the contractor to control. The contractor shall be responsible for planning for obsolescence; initi ating minimum buys of parts, buyouts, requalifications of part substitutes, and any necessary redesigns, while maintaining the contracted delivery schedule and firm-fixed price of each item. During any redesign effort, modernization should be pursued to im prove performance and schedule, and reduce the Government's Total Ownership Cost. Several of CECOM's goals are (but not limited to): improvement in the reliability repairs, reduction in the number of components and spares, increase in the use of commonly a vailable commercial parts, and reduction in Production Lead Time. Any new designs shall be qualified, at a minimum, at the system level for compatibility with all equipment (including TMDE), and all configurations already fielded, and shall be the responsi bility of the contractor to ensure this hardware and software compatibility. The form, fit, and function of the equipment will be maintained. 2. CONFIGURATION MANAGEMENT: CECOM intends to release the configuration control of the SINCGARS technical data to the contractor. With the exception of INFOSEC related items, the contractor shall be responsible for all the changes and updates to the drawi ngs without requiring CECOM's approval. A CECOM representative, such as a QAR, COR, or other member deemed necessary, shall be provided copies of the approved internal Engineering Change Proposals (ECPs) (or contractor change document) and updated (revised ) drawings as they are entered into the contractor's own drawing repository. At any time during the contract period, the technical baseline at the contractor's facility shall be the same as at CECOM's. The drawings provided at the time of award will servea s the initial technical baseline, or the starting point. The Government will provide drawing numbers for your configuration control. Updates to the Technical Data Package (TDP) will not have any proprietary designs introduced so that the TDP will remain co mpetitiv e. 3. AWARD TERM INCENTIVE: A two-year award term incentive will be added to the contract. The basis of award for this term will be the performance of the contractor with regard to reliability improvements and power consumption improvement during the initial five-year period of the contract. The contractor shall propose a Reliability Improvement Curve and Power Consumption Improvement Curve depicting their anticipated improvements that initially will serve as evaluation criteria. These curves shall then becom e a contractual obligation, and added to the base contract of the winning offeror. Meeting or exceeding the stated objectives of these two curves will form the basis for awarding the two-year contract term. These revisions are provided for the offeror's information and are subject to change. Feedback is welcomed by April 25, 2003. The final solicitation is expected to be released by mid May 2003 with an anticipated award date of November 2003. In the event that your firm has an interest in bidding this proposed solicitation, request that your response be forwarded to the lead Contra ct Specialist, Robert A. Massaro at (732) 532-2766. Your response should include at a minimum your company name, address, cage code, and a technical point of contact.
- Place of Performance
- Address: US Army Communications-Electronics Command, CECOM Acquisition Center ATTN: AMSEL-AC-CB-RT-J, Building 1208 WEST, POLE 4 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN00295924-W 20030406/030404213852 (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 |