Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
SOLICITATION NOTICE

16 -- Joint Precision Airdrop System

Notice Date
9/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY06R0015
 
Response Due
9/25/2006
 
Archive Date
11/24/2006
 
Small Business Set-Aside
N/A
 
Description
The US Army Soldier Systems Center, Product Manager  Force Sustainment Systems, Natick, MA, has a requirement for a Commercial Precision Airdrop System that will fulfill the need for several increased capabilities such as ground accuracy, standoff d elivery, air carrier survivability, and overall improved effectiveness regarding airdrop mission operations. This Commercial Precision Airdrop System will be used with standard equipment utilized for the delivery of Containerized Delivery System (CDS) load s as described in Field Manual (FM) 10-500-3, shall have the following performance characteristics: The commercial precision airdrop system shall provide a steerable, gliding type device capable of delivering standard containerized delivery system (CDS) lo ads weighing 900-2,400 lbs (T) or 701-2,400 lbs (O) from altitudes of 24,500 feet mean sea level (MSL). When released from the threshold altitude of 24,500 feet MSL, the system shall have an autonomous delivery capability that is able to accurately naviga te from a high offset aerial release point, to within a 150 meter radius of the intended impact point (PI) at an 80 percent frequency rate. This acquisition will be conducted as a full and open competition (including non-US companies) to evaluate all syst ems now available in the marketplace that meet the JPADS 2K requirements. A competitive range will be established and offerors of proposals which fall within the range will be requested to participate in a shared government/contractor funded demonstration of their proposed system. The prototype systems need not comply with the Berry Amendment, which will be airdropped, and the systems, as well as the project teams demonstrated knowledge, experience, and technical and managerial approach, will evaluated aga inst performance requirements. A down select to one offeror shall comply with the Berry Amendment, will be conducted based on results from the offerors initial proposal, the system demonstration, a technical demonstration report, and the offerors Best an d Final Offer (BAFO). A Firm Fixed Price - Indefinite Delivery/Indefinite Quantity (IDIQ) type contract will then be awarded to the offeror with the highest potential to meet the evaluation criteria outlined herein, and within the JPADS 2K programs schedu le and budget constraints. Although the intent of this acquisition is to utilize a COTS precision airdrop system, it is probable that the offeror whose system may be chosen will require an indefinite amount of systems engineering and contractor support to fully meet the requirements. The contract will allow for the following development phases to be conducted: Base effort to include Design Validation (DV), Developmental/Operational Testing (DT/OT), Production Delivery Order. The DV and DT/OT phases will be included within the base period of performance and include CLINs for the recurring delivery of supplies and/or services in the form of commercial precision airdrop systems, spare parts repairs, system engineering, contractor training, and contractor tes t support. The requirement for those items may vary with each respective test effort, and will not be known at the time of contract award. It is anticipated that the base period of performance will require a minimum of eight (8) commercial precision airdro p systems. These test items will undergo evaluation for fit, form and function, and be subjected to airdrop testing. Upon successful completion of the DV phase the Government will initiate the Developmental/Operational Testing (DT/OT) Phase. This phase may require the delivery of additional commercial precision airdrop systems to conduct DT, followed by the delivery of additional production representative commercial precision airdrop systems to conduct OT. These items will be subjected to DT/OT to deter mine if they satisfy all the JPADS 2K requirements identified in the Capabilities Development Document (CDD). The DT/OT phase will also include the requireme nt for the delivery of a Technical Data Package (TDP) (to include complete drawings, lists, and detailed specifications). Lastly, successful completion of DT/OT testing will allow for the optional production contract phase to be initiated. Under this opti onal period of performance phase of the contract a Production Delivery Order (Firm Fixed Price) may be issued to meet the Army's initial estimated fielding requirements of approximately 96 JPADS 2K units. Follow on production contracts may be awarded, bas ed on the TDP, to acquire the remainder of the Armys estimated fielding requirements of precision airdrop systems. The Request for Proposal (RFP) will be posted on the Soldier Systems Center web site located at https://www3.natick.army.mil/, under Busine ss Opportunities/Upcoming Acquisitions/W911QY-06-R-0015 on or about October, 2006. NO hardcopies will be mailed. Telephone calls will not be accepted. Questions may be sent to Roberta Boswell, Contract Specialist, via e-mail at roberta.boswell@natick.army. mil. Firms will not be reimbursed for any cost associated with proposal preparation.
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN01137990-W 20060910/060908221324 (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.