Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2007 FBO #2061
SOLICITATION NOTICE

10 -- The Program Executive Office for Simulation, Training and Instrumentation has a requirement to procure small robotic systems, spare parts and training. This procurement will be competed on a two step, technically acceptable, low price basis.

Notice Date
7/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-07-B-0001
 
Response Due
9/30/2007
 
Archive Date
11/29/2007
 
Small Business Set-Aside
N/A
 
Description
xBot Synopsis The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) has a requirement to procure small robotic systems, spare parts and training in support of the Robotic Systems Joint Project Office (RSJPO). This procurement will be comp eted on a two step, technically acceptable, low price basis. Bidders will submit a technical proposal and two bid samples to be evaluated on a test range to determine product technical acceptability. The Government intends to invite those bidders deemed to have a technically acceptable product to participate in a reverse auction. The resulting contract will be a five year Firm-Fixed price IDIQ contract with Delivery Order 0001 consisting of the initial requirement of (101) robotic systems, new equipment training and (10) spare parts kits. The spare parts kits will consist of all items necessary to produce a robotic system and will be supported by a Bill of Materials listing the bidders part numbers, OEM part numbers, and unit price. A spreadsheet wil l be delivered via E-mail to all auction participants prior to the start of the auction to facilitate bid submissions. This spreadsheet will be in Microsoft Excel format and have parameters set to allow for range pricing at larger quantities and will be u sed to establish the ceiling amount of the resulting IDIQ contract and the pricing structure for future delivery orders. Description of Need: A Joint Urgent Operational Needs Statement (JUONS) has been received by the RSJPO requesting accelerated procurement of an Unmanned Ground Vehicle (UGV) to be used for Improvised Explosive Device (IED) detection and identification. Th is contract effort addresses the need of United States military forces to acquire commercial off the shelf/non-developmental items (COTS/NDI) that can be immediately produced upon contract award. The xBot, which is a generic name that will be used until c ontract award, consists of a remote controlled robotic platform, operator control unit (OCU), and a transportation case. The selected robotic system and associated spare parts will be used in direct support of contingency operations Outside the Continent al United States (OCONUS). Required capabilities include a small, wireless, remote controlled Unmanned Ground Vehicle (UGV) system (both vehicle and OCU) that weighs 50 pounds or less excluding any external payloads. Technical acceptability will be measu red using a Go/No-go technical acceptability matrix. The performance criteria as well as a proposed acquisition schedule are addressed in the following draft attachments: Attachment (B)  Statement of Work for xBot Systems Attachment (C)  Draft Performance Requirement for the xBot System Attachment (D)  Requirements Compliance Matrix Attachment (E)  xBot Technical Demonstration Plan Attachment (F)  xBot Notional Demonstration Layout Attachment (G)  xBot Acquisition Schedule/Pre-bid Conference Agenda The Bid Sample assessment will occur at Redstone Arsenal, Huntsville, Alabama on a predetermined test course to validate technical acceptability of the proposed UGV. The sample assessment will be in accordance with the above attachments. Bidders must mee t all the technical requirements identified in the technical acceptability matrix to continue in the bidding process. The Technical Matrix, with specific points of performance to be evaluated, is located in attachment B. The winning bidder shall provide two complete systems within 10 working days after contract award. It is anticipated that delivery of an initial quantity of 5 systems will be required 45 days after contract award. The delivery schedule for the remaining 94 systems and ten spare parts kits will be identified in the formal solicitation. A Pre-Bid Conference will be conducted from 0830-1600hrs on 25 July 2007 at PEO STRI in Orlando Florida. The conference will be conducted in conference room 211 of the Partnership II building located on the corner of Research and Technology Parkway in the University of Central Florida Research Park. Directions to this location and a list of local hotels are included in this announcement as Attachment (A). In addition a draft agenda can be foun d at attachment (H). Due to limited space we are asking that only the prime robotic systems manufacturers attend this conference. PEO STRI will post an attendee list to FedBizOps for those companies seeking opportunities as vendors/subcontractors subsequ ent to the conference. For those prime contractors contemplating attendance, review the attached documents and make a realistic assessment of your products ability to meet the specified requirements. We are also requesting that system primes limit the n umber of attendees to three (3) per company. Forward names of conference attendees and any questions via e-mail to the point of contact listed below not later than 20 July 2007. If you should have any questions regarding this information please refere them to the below listed points of contact for formal responses. Duane St. Peter, Contract Specialist, Telephone: (407) 380-8444, Fax: (407) 384-3888, Duane.stpeter@us.army.mil Joanne Byrd, Contracting Officer, Telephone (407) 384-3553, Fax: (407) 384-3888, joanne.byrd@us.army.mil
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
Country: US
 
Record
SN01344406-W 20070719/070717221443 (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.