SOLICITATION NOTICE
58 -- Syopsis for Driver's Vision Enhancer - Family of Systems (DVE-FOS)
- Notice Date
- 3/28/2008
- Notice Type
- Solicitation Notice
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T08RS369
- Response Due
- 4/14/2008
- Archive Date
- 6/13/2008
- Point of Contact
- Robert Catania, 732-532-8364
- E-Mail Address
-
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(robert.catania@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- US Army CECOM Life Cycle Acquisition Center is planning the release of a Request for Proposal (RFP) for the Drivers Vision Enhancer, Family of Systems (DVE-FOS). The purpose of this acquisition is to procure the DVE-FOS, which includes DVE, DVE-Forw ard Activity Detection System (FADS), and DVE Lite systems, associated spares, depot repairs, training, installation, and technical engineering services in support of full rate production of the DVE-FOS program. The DVE-FOS hardware procured under this so licitation will be provided for integration into Combat Vehicles (CV) and Tactical Wheeled Vehicles (TWV). The DVE-FOS hardware and associated spares must meet all the requirements set forth in the Performance Work Statement (PWS), applicable Performance Specifications, Interface Control Documents (ICD), and technical drawings. It is anticipated that the formal release of the RFP will be in April 2008 with proposals due within 30 days. Contract award is expected June 2008, with delivery within eight months of award. The DVE-FOS provides users of tactical vehicles greater situational awareness through the use of forward looking infrared (FLIR) technologies. Proposals shall be compliant with system configurations described in solicitation W15P7TO8RS369 , Request for Information (RFI) for the Drivers Vision Enhancer, Family of Systems (DVE-FOS) and describe in sufficient detail all mechanical, electrical, electronic, and optical design aspects of the DVE-FOS systems. The Offeror shall describe the maint enance and logistical aspects and how the design meets safety and reliability requirements contained in the DVE-FOS specifications, Interface Control Documents (ICD), and Performance Work Statement (PWS), which are posted on the CECOM Life Cycle Management Command (CECOM LCMC) Interactive Business Opportunities Page (IBOP). Proposals will include a Small Business Participation Plan. This will be a competitive acquisition for the award of multiple five-year firm-fixed price (FFP), Indefinite Delivery /Indefinite Quantity (IDIQ) contract(s) based on a Best Value source selection. In accordance with FAR 52.216.27, Single or Multiple Awards, the Government reserves the right to make a single contract award (IDIQ). The Government may issue contract award(s ) without discussions in accordance with FAR 52.215-1 Instructions to Offerors - Competitive Acquisition. The contract(s) will have a combined maximum dollar value of $1.944 billion and a combined guaranteed minimum order of $14 million to be satisfied wit h the award of the first delivery orders. Award(s) will be made on a Best Value source selection basis. The Government intends to make multiple awards assuming it receives more than one acceptable proposal. Future individual delivery order awards will be competed amongst the IDIQ holders. The Government reserves the right to award 100% of total contract quantities to one contract Offeror, if it is determined to be in the best interest of the Government. The award(s) will be made based on the over all best value proposal(s) that is/are determined to be the most beneficial to the Government, with appropriate consideration given to the four (4) evaluation factors in descending order of importance: Technical Performance, Performance Risk Assessment, P rice, and Small Business Participation Plan. The Offeror must be able to produce a qualified DVE-FOS before the first scheduled production delivery. If not currently qualified, the Offeror shall provide a verification test matrix and address the method of validation for qualification and production tests describing the planned approach and schedule associated with formal testing to include, but not limited to: Initial Production Test; Follow-on Conformance Inspection (CI); and Acceptance Testing. <BR >The RFP is tentatively scheduled for release to the IBOP no later than 30 April 2008.
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN01544590-W 20080330/080328225051 (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 |