Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
SOLICITATION NOTICE

A -- SYNOPSIS FOR THE PROPHET SPIRAL ENHANCED ELECTRONIC SUPPORT (ES) SENSOR PRODUCTION AND PRODUCT IMPROVEMENT PROGRAM REPLACES THE PREVIOUSLY POSTED PRE-SOLICITATION NOTICE

Notice Date
7/29/2008
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T08RW410
 
Response Due
9/12/2008
 
Archive Date
11/11/2008
 
Point of Contact
Carmel Costa, 732/532-3570
 
Small Business Set-Aside
N/A
 
Description
The US Army CECOM LCMC Acquisition Center and Product Manager for Prophet of Fort Monmouth NJ intends to issue a Request for Proposal on 12 August 2008 to procure systems, spares and services for the Prophet Spiral Enhanced Electronic System Production and Product Improvement Program. Prophet is the Armys principal ground-based tactical Communications Intelligence (COMINT)/Electronic Warfare (EW) sensor, providing force protection and technically advanced intelligence support to US Army Brigade Combat Team (BCT), Stryker Brigade Combat Team (SBCT), Armored Calvary Regiment (ACR) and Battlefield Surveillance Brigade (BfSB) commanders. Prophet provides the force protection capability of monitoring COMINT, detecting, locating, identifying and direction finding Radio Frequency (RF) emitters in the Commanders tactical area of interest. Prophet will also conduct Electronic Attack (EA) operations against selected targets. Prophet operates against targeted emitters that are found on the battlefield in a major regional conflict, military operations other than war and in support of the Global War on Terrorism (GWOT). This is a competitive acquisition to produce, test, validate, deliver and support the services and products associated with the Prophet Spiral Enhanced (SE) System. The SE System, as described in the Prophet Spiral Enhanced System Performance Specification, shall provide an increase of capability over existing Prophet Spiral 1 Electronic Support Sensor. To maintain relevancy on the battlefield and keep pace with technology advancements, a product improvement program, consisting of Pre-Planned Product Improvements (P3I) and Technology Insertions (TI), shall be used to insert planned improvements and new unplanned capabilities into SE systems and Spiral 1 Electronic Support Sensors during the contract. In addition, the retrofit of Prophet Spiral 1 Electronic Support Sensors to the Prophet SE configuration (s) is planned under this contract. Prophet Spiral Enhanced Systems Program is intended to satisfy the Prophet Sensor Army Procurement Objective (APO) in the most cost effective combination of procured Prophet Spiral Enhanced Systems and/or retrofit of Prophet Spiral I ES Sensors. The system shall be mounted on Government Furnished Property (GFP) M1165A1 w/B3 High Mobility Multi-Wheeled Vehicle (HMMWV), or other light/medium or heavy vehicle at the discretion of the Government. This effort will be a six (6) year (five-year base with a one-year option), Indefinite-Delivery Indefinite-Quantity (IDIQ) Firm-Fixed-Price (FFP) contract. In addition, there will be Cost Plus Incentive Fee (CPIF) line items and Time and Material (T&M) line items for P3I, TI, and support service efforts. The planned acquisition of Prophet Spiral Enhanced System and Product Improvement has an estimated program ceiling of $866 million. Prophet Spiral Enhanced Systems will be procured as part of the basic contract. The Prophet Spiral 1 ES Sensors/Spiral Enhanced Systems will be upgraded to the Prophet Spiral Enhanced System configuration (s) when funding is available. Product Improvements will be done to maintain Prophets relevancy. The projected schedule of events needed to support program requirements: -Final RFP Released12 Aug 2008 (estimated date) -Proposals Due12 Sep 2008 (estimated date) -Demo GFP Delivery15-16 Sep 2008 -Demonstrations17 Sep - 1 October 2008 -Contract Award29 Dec 2008 (estimated date) -Developmental Testing Jul 2009 -Follow-on T&EAug - Sep 2009 -First Delivery (CMR)Sep 2009 -First Unit EquippedDec 2009 This will be a full and open competitive acquisition utilizing formal Best Value Source Selection procedures, with a contract award based upon the submission and evaluation criteria set forth in Sections L&M of Solicitation W15P7T-08-R-W410 and in accordance with the Source Selection Evaluation Plan (SSEP). Selection of offers for award will be based on the evaluation of written proposals and SIGINT capabilities demonstration. Qualification for award is a mandatory system demonstration, starting 17 September 2008 by random selection as part of the source selection. It is planned to be conducted at Fort Huachuca, AZ immediately after the receipt of proposals. Offerors are to demonstrate a production representative electronic support system. Offerors will be responsible for any and all costs associated with development of the system, and system demonstration. Also, a factory inspection may be conducted as part of the source selection. The purpose is to ensure offerors have the capacity (factory and personnel) to meet the production requirements. Solicitation is expected to be formally released on, or about 12 August 2008 via the Armys Interactive Business Opportunities Page (IBOP) with responses due thirty (30) days after RFP is issued. The Government reserves the right to award without discussions. All Parties interested in doing business with CECOM LCMC are invited to access, operate, send and receive information from the IBOP at https://abop.monmouth.army.mil. Upon accessing this web page, click CECOM-2008, and then hit go. You will need to register with the IBOP in order to view solicitations. Draft documents (Performance Work Statement, Specifications, and Performance Demonstration Plan) for this solicitation will be provided on the IBOP website. There are also instructions posted to obtain the classified appendices, the S3B software, and for attending Industry Day on July 30 with one-on-one sessions on July 31, 2008. Please be advised that hard copies of the solicitation will not be made available; you must download solicitation documents from the IBOP. Please contact the IBOP help desk at (732)532-1840 or (732) 532-5246 (these numbers are NOT toll free) for technical assistance with the IBOP. Offers and bids shall be submitted electronically via the IBOP. Files shall not contain any classified data. To register, go to the IBOP website at https://abop.monmouth.army.mil and click on the User Registration link under Support Services. For technical assistance with the website, please call (732) 532-1840 of (732) 532-5246. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY, DOES NOT CONSTITUTE A SOLICITATION FOR BIDS OR PROPOSALS, AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THE GOVERNMENT WILL NOT PAY FOR ANY EFFORT EXPENDED IN RESPONDING TO THIS SYNOPSIS. FUTHER, NO QUESTIONS FROM INDUSTRY WILL BE CONSIDERED AT THIS TIME. All correspondence should be directed in writing to the contracting team via electronic addresses: Carmel.Costa@us.army.mil and Cynthia.Geiss@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8f8cd9d0943146908056d0ede70a0d70&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN01625829-W 20080731/080729225205-8f8cd9d0943146908056d0ede70a0d70 (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.