Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2013 FBO #4327
MODIFICATION

58 -- The Airborne, Maritime, Fixed Station (AMF) Program Office Small Airborne Networking Radio (SANR) Program

Notice Date
9/27/2013
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-13-R-5005
 
Response Due
10/1/2013
 
Archive Date
11/26/2013
 
Point of Contact
Donald W. Morgan, 443-861-4628
 
E-Mail Address
ACC-APG - Aberdeen Division B
(donald.w.morgan3.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Pre-Solicitation Notice for the U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Solicitation No. W15P7T-13-R-5005, which serves as a notification to industry of procurement of Non-Developmental Item (NDI) products to meet the requirements of the Small Airborne Networking Radio (SANR) system for Army Aviation platforms. SANR is intended as a two-channel, software-defined, National Security Agency (NSA) Type 1 networking radio providing seamless real-time information operating in highly mobile and dynamic combat environments, although a four-channel system may be considered. SANR will replace the current Single Channel Ground and Airborne Radio System (SINCGARS) capability, and provide new Soldier Radio Waveform (SRW) and Wideband Networking Waveform (WNW) capability offering voice and data networking capability and increased data throughput to Army Aviation platforms. The Government will not consider developmental products, as market research has verified that the SANR requirements can be met using only NDI or modified NDI products. The anticipated date for release of the draft Request for Proposal (RFP) is on or about 18 October 2013. The anticipated date for release of the formal RFP is approximately forty-five (45) days after release of the draft RFP, but this date may be subject to change. A separate notice for the draft RFP, and subsequently for the formal RFP, will be posted with response dates and instructions as applicable to this solicitation. The Government's intent is to solicit and award, via full and open competition, two Firm Fixed Price/Cost Plus Fixed Fee hybrid type contracts with a One-Year base period and four (4) One-Year option periods. After contract award, the Government intends to subsequently make a down-select to a single contractor for delivery of the Low Rate Initial Production (LRIP) and Full Rate Production (FRP) quantities of SANR systems, spares, and associated support. The Government will reserve the right to exercise LRIP and FRP quantities of SANR systems, spares, and associated support under both contracts if it is determined to be in its best interest. It is the Government's intent to award the two contracts in a manner that results in the best value to Government using a trade off process. Based on market research, the Government is not utilizing Federal Acquisition Regulation (FAR) Part 12. The above discussed intent is subject to change. If your company is interested in this planned procurement, then it is advised that you monitor the Federal Business Opportunities (FBO) website at HTTP://WWW.FBO.GOV. The response date indicated on this synopsis does not require a response from industry. DO NOT submit any documentation / proposals / letters of any kind in response to this synopsis. Formal communications related to this acquisition shall be submitted by email to donald.w.morgan3.civ@mail.mil. No telephone requests will be accepted. All communications SHALL be submitted ONLY in writing AND directly to the email address identified above. Contractors shall not contact any other Government Personnel other than the person identified above. Contacting any Government personnel other than the individual identified above could result in an organizational conflict of interest (OCI) and could result in an offeror being excluded from competition and/or award. AMENDMENT 1 - 27 SEPTEMBER 2013 THE COMMUNICATIONS LIMITATIONS DESCRIBED IN THE ORIGINAL PUBLICATION OF THIS NOTICE ONLY APPLIES TO SOLICITATION W15P7T-13-R-5005. The SANR RFI process and on-going dialogue with industry are not being conducted under the solicitation number. ACC-APG has intentionally used references such as W15P7T12SANRINDUSTRYUPDATE01, W15P7T12SANRINDUSTRYUPDATE02, etc. to distinguish these other communications from those that are solicitation related. The purpose of the communications limitation for solicitation W15P7T-13-R-5005 is to advise industry to not make any communications related to the solicitation other than through the contracting officer. No party should communicate with anyone other than the contracting officer about the solicitation. All solicitation related notices will include solicitation number W15P7T-13-R-5005. Continued communication conducted within the scope of any Requests for Information (RFI) efforts or other industry exchanges not specifically related to the solicitation should proceed. However, once a draft RFP is released, the RFI process and on-going dialogue with industry shall stop, and all communications will thereafter be in accordance with the draft RFP/RFP instructions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8e83bf7a755647ad46ac85bfa296592d)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN03206231-W 20130929/130927235746-8e83bf7a755647ad46ac85bfa296592d (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.