SOLICITATION NOTICE
58 -- Counter Remote Control Improvised Explosive Device (RCIED) Upgrade to the AN/VLQ-12(V)2 Countermeasures Set (DUKE V2 SYSTEM)
- Notice Date
- 4/7/2009
- Notice Type
- Presolicitation
- NAICS
- 334419
— Other Electronic Component 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
- W15P7T-09-R-M615
- Response Due
- 4/23/2009
- Archive Date
- 6/22/2009
- Point of Contact
- jason.moy1, 7325323971<br />
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS: The United States Army CECOM Contracting Center intends to solicit on a full and open, best value source selection, Counter Remote Control Improvised Explosive Device (RCIED) upgrade to the AN/VLQ-12(V)2 Countermeasures Set (also known as the Duke V2 system). The Army anticipates a competitive 5-year Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price production contract for the Duke V2 Upgrade, along with a time and Materials line items for Interim Contractor Logistics Support (ICLS), Engineering Services, Engineering Change Proposals (ECPs) and Pre-Planned Product Improvement (P3I). The Governments intent is to upgrade, not replace the Duke V2 system. This upgrade will permit the Duke V2 to maintain relevancy in an adaptive radio controlled improvised explosive device (RCIED) threat environment. The Duke V2 Upgrade will be an immediate acquisition with focus on frequency coverage, range, interoperability with other CREW systems; compatibility with Army Blue Force communications and meeting the size, weight, and power (SWaP) requirements. This program is in response to an urgent requirement. This is not a development program, production deliveries of this critical capability must begin within six (6) months of contract award, and support high volume production deliveries beginning 2Q FY-10 (i.e. 1000 units/month). No technical data package exists for the system; however a Duke V2 Upgrade Performance Specification and a Duke V2 Interface Control Document (ICD) are available. As part of the source selection process, production representative systems will be evaluated in Laboratory and Field environments to assess performance and risk. All offerors must have a SECRET clearance. No classified data or information shall be posted on the IBOP. The U.S. Army CECOM Contracting Center has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitations for Request for Proposals (RFPs) from CECOM Contracting Center to Industry. All parties who are interested in doing business with CECOM Contracting Center are invited to access, operate, send and receive information from the IBOP at https://abop.monmouth.army.mil. You may access potential CECOM Contracting Center Business Opportunities by simply selecting CECOM - 2009. Comm. - Active, under the heading ARMY PREAWARD, Login & View by Army Contracting Activity, and then click on GO. You can register for a User ID and Password under USER SERVICES, User Registration, in the middle of the screen. The POC for this effort is Asif Damji, Contract Specialist at e-mail Asif.Damji@us.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6d1d02aec313056274e5161d4f79a978&tab=core&_cview=1)
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-CCCE-CC-TAM ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
- Zip Code: 07703-5008<br />
- Zip Code: 07703-5008<br />
- Record
- SN01787609-W 20090409/090407220227-6d1d02aec313056274e5161d4f79a978 (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 |