Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2013 FBO #4228
MODIFICATION

58 -- Personnel Recovery Support System (PRSS) Personal Recovery Device (PRD)

Notice Date
6/20/2013
 
Notice Type
Modification/Amendment
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-13-PRSS-PRD-RFI
 
Response Due
9/30/2013
 
Archive Date
8/19/2013
 
Point of Contact
Tom Marousek, 410-278-2187
 
E-Mail Address
ACC-APG - Aberdeen Division D
(thomas.marousek@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Personnel Recovery Support System (PRSS) Increment 1b Personal Recovery Device (PRD) Sources Sought Synopsis: This is not a solicitation. No award will be made as a result of this request. This request is for informational purposes only. This sources sought synopsis neither constitutes a Request for Proposal (RFP) or Invitation for Bid (IFB).This sources sought synopsis should not be construed as a commitment by the Government for any purpose. All interested parties are encouraged to respond to this sources sought. The Government will not pay for information and/or materials received in response to this sources sought and is in no way obligated by the information received. Purpose: To identify potential sources and candidate solutions that may satisfy the Personnel Recovery Support System (PRSS) Personnel Recovery Device (PRD) requirements as provided in the attached thin specification, and to solicit feedback regarding the high level requirements captured in these documents. The responses to this RFI will be used to develop an initial list of potential offerors that may elect to participate in a future Request for Proposal (RFP) leading to the execution of a competitively awarded 60 month contract to manufacture the PRD. The current Army procurement objective is 86,000 devices. The Government intends to release the RFP under the NAICS Code 517410, Satellite Telecommunications; the associated Size Standard is $15M average annual revenue. Background: PRSS Increment 1b consists of a new MIL-SPEC Personal Locator Beacon (PLB), designated the PRD, capable of transmitting both open and secure waveforms, and an operation transport layer consisting of various satellite receivers integrated into a DoD Search and Rescue/Personnel Recovery (PR) network architecture. It is an alert and notification system that a Soldier has become isolated, missing, detained or captured (IMDC). The PRD will increase the soldiers' chances of successful recovery through secure enhanced capabilities. It has been designed to meet military standards and specifications, and have improved accuracy and latency, decreased size, weight and power requirements as compared to the Increment 1a PLB. The PRSS is managed by the Air Warrior Product Manager's Office located in Huntsville, AL. The increment 1b Draft RFP, is scheduled for release in Fourth Quarter FY2013 for industry comment, which will include detailed performance specifications for the PRD. The Government intends to release a Final RFP within the First Quarter FY2014. The offerors will be requested to provide 2 prototype PRDs for test and evaluation with their proposals. The prototypes will be returned upon completion of testing. The US Army anticipates testing prototype hardware in Second Quarter FY2014. Instructions: The attached thin specification defines the high level functional performance, system interface, and environmental requirements that must be met by the PRD. The thin specification also contains basic information regarding future procurement requirements that may be useful to potential offerors in determining their level of interest in this RFI. Request that interested parties provide a written response to this RFI NLT 10 July 2013 to Army Contracting Command, Aberdeen Proving Grounds, MD, ATTN: Contracting Officer, Tom Marousek via email: thomas.j.marousek.civ@mail.mil. Respondent responses should not exceed 20 pages one-sided or 10 pages double-sided. Respondent Information: Respondents should provide, at a minimum: name, address and CAGE code of the interested company or organization; the Size Status under this RFI's identified size standard (SB, 8a, SDVOSB, etc.); contact information for the primary POC; a brief description of the potential offeror's company/organization and candidate technology or product as it relates to the PRD requirements; ability of existing facilities to protect Sensitive Compartmented Information (SCI), or current plan and projected implementation date to provide a SCI Facility (SCIF); expected production lead time in months; and any comments or questions regarding the requirements contained in the attached documents. Comments regarding the attached thin specifications may be considered in the formulation of future pre-award releases to industry. RFI Questions: Request that respondents consider and include answers to the following questions in written responses to the RFI. 1) If a different NAICS code appears more appropriate for this action, please provide the suggested code with an explanation as to why it is more appropriate. Note, your organization does not currently need to be registered under the NAICS to provide capabilities information in response to this RFI. 2) Please estimate the maximum percentage of the overall requirement which your organization could perform with in-house resources. Consider the language at FAR Clause 52.219-14(c) -- Limitations on Subcontracting. 3) Upon any eventual release of an RFP, is your organization's intent to issue a proposal as Prime Contractor for this effort, or as a Subcontractor? *DRAFT Thin Specification Included for reference.* *Responses requested to RFI NLT 10 July 2013.*
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/057e4bc54e071249fae66b17f49c6668)
 
Place of Performance
Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03095611-W 20130622/130620235630-057e4bc54e071249fae66b17f49c6668 (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.