Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
SPECIAL NOTICE

10 -- SYNOPSIS FOR DRAFT REQUEST FOR PROPOSAL (RFP) W31P4Q-11-R-0043 FOR THE IMPROVED ARMORED CAB OFR THE M270A1

Notice Date
8/2/2011
 
Notice Type
Special Notice
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
ACC-RSA - (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q11R0043
 
Archive Date
8/1/2012
 
Point of Contact
Deborah Goodson, 256 876-3879
 
E-Mail Address
ACC-RSA - (Missile)
(deborah.goodson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS FOR DRAFT RFP W31P4Q-11-R-0043 The U.S. Army Contracting Command, Aviation and Missile Command Contracting Center is scheduled to award one or more contracts for an Integration and Demonstration Phase of the M270A1 Improved Armored Cab (IAC) Program in the 3QFY12. Access to classified and otherwise controlled data, and the possession of a US facilities clearance, is required in order to propose and perform this contract effort. Therefore, to be eligible for award, offerors are required to demonstrate their capability to access, receive, store, and safeguard the critical technology and/or data required to execute the program. The IAC is a material replacement for the current M270A1 crew cab. The anticipated IAC effort consists of three phases: An EMD phase, a Production and Deployment phase, and an Operations and Support phase. The development phase is anticipated to be 36 months in duration. The Government expects to award one or more cost type contracts for development of an armored cab that meets the requirements as set forth in the Government's Statement of Work (SOW) and Performance Specification. Subsequent to completion of the development phase of this effort, which includes a pilot line quantity of seven (7) M270A1 IACs to be delivered in FY14, the current schedule reflects the procurement of 225 M270A1 IACs. A new firm fixed price (FFP) production contract is anticipated for FY14 to include annual options for FY15 and FY16. Single year FFP procurements with maximum out-year options will be initiated for FY17-FY20. Full and open competition is the desired method of contracting for this effort. This competitive acquisition will utilize best value techniques to select a contractor to develop the IAC. A Draft RFP is planned to be released in on or about 19 August 2011, with expected contract award to be made during 3rd Quarter FY 2012. The Offeror(s) selected for award will be determined through a formal source selection process. The contract will include incremental funding for the complete tasks delineated in the Request For Proposal (RFP) SOW. The solicitation is planned to result in one or more contact awards in 3rd quarter FY 2012 for Phase I of the IAC development. If a single contract is awarded through Full and Open Competition, it would likely consist of a single 3-year annual CPIF contract (FY12-FY14) at the prime contract level. If multiple contract awards are made, the contracting strategy calls for a negotiated procurement, with Full and Open Competition, for the selection of an IAC development source using a down-select method. The source selection will be conducted in two steps. The first step is award one or more Phase I - IAC Critical Design efforts with follow-on Phase II options. The second step in the source selection consists of an evaluation of Phase I - IAC Critical Design efforts and updated proposals to execute follow on options post Critical Design Review (CDR) to a single offeror that presents the best value to the Government to obtain an award/exercise a Phase II - IAC Engineering and Manufacturing Development option to be exercised. The proposal is to include costs/prices for: Development Price (Phase I) - This part of the price/cost volume addresses the Offeror's estimate for his predicted costs for development tasks of Phase I (Contract Award through Critical Design Review (CDR)). This price shall reflect the effort directly associated with the Government development schedule and shall include efforts deemed necessary in support of the Development program, including but not limited to: design reviews, hardware design refinement, hardware qualification, analysis updates, performance specification development, and hardware fabrication. Prototype Manufacturing and Integration Price (Phase II) - This part of the price/cost volume addresses the Offeror's price for manufacturing seven (7) prototype IACs (including the cab and retrofit kit components) and integration of six (6) of those cabs onto Government provided M270A1 vehicles. DT&E Price (Phase II) - This part of the price/cost volume addresses the Offeror's price for conducting testing and supporting Government-led DT&E testing. Production and Operations and Support (O&S) Price - This part of the price/cost volume addresses the Offeror's estimated price for production and operations and support costs of the IAC. The Government will entertain questions on this DRAFT Request for Proposal (RFP) and any attachments or exhibits. The requestor should be mindful in posing its question(s) that all answers will be posted as an amendment to the Acquisition Center website. Also, any question received more than 30 days after release of the draft RFP runs the risk of not being answered by the closing date. Requests for extension of the RFP closing date based on the submission of such a late question or questions will not be favorably considered. Offerors are advised that performance on this proposed contract will require access to defense information/equipment that is not considered appropriate for release to NON-U.S. companies. Therefore, participation at the prime contractor level is restricted to U.S. companies and requests from foreign industry will not be honored. The request for this DRAFT RFP W31P4Q-11-R-0043 shall be addressed in writing, electronically to the Contracting Officer, Ms. Deborah Goodson, e-mail: Ms. Deborah Goodson, e-mail: Deborah.goodson@us.army.mil AND Ms. Alma Cuffy, e-mail: alma.cuffy@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cf58503d909d52aaed2f27ceaf627587)
 
Record
SN02518711-W 20110804/110802235314-cf58503d909d52aaed2f27ceaf627587 (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.