Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 19, 2013 FBO #4347
MODIFICATION

A -- Engineering and Manufacturing Development (EMD) of the Autonomous Mine Detection System (AMDS)

Notice Date
10/17/2013
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-13-R-0074
 
Response Due
11/30/2013
 
Archive Date
12/16/2013
 
Point of Contact
Tyler Fulper, 973-724-1871
 
E-Mail Address
ACC - New Jersey
(tyler.w.fulper.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Please note - due to the new FY14 schedule beginning effective October 1st 2013, a new pre-solicitation number has been assigned to this upcoming requirement - W15QKN-14-R-0020. Please reference W15QKN-14-R-0020 for any and all additional information on this requirement effective immediately. The U.S. Army Contracting Command, Contracting Center ACC-NJ-CC, Picatinny Arsenal, New Jersey 07806-5000 on behalf of the Project Manager for Close Combat Systems (PM CCS) along with the Product Manager, Counter Explosive Hazard (PdM CEH), has a requirement for the Engineering and Manufacturing Development (EMD) of the Autonomous Mine Detection System (AMDS). The Government intends to fulfill this requirement via a thirty (30) month Cost-Plus-Incentive-Fee (CPIF) Engineering and Manufacturing Development (EMD) contract which includes a twelve (12) month Fixed Price Incentive (FPI) Option for Low Rate Initial Production (LRIP). The applicable NAICS Code is 334511 and the PSC is AD94. The AMDS is needed to provide the Warfighter the capability to detect, mark, and neutralize explosive hazards in confined areas in support of the full spectrum of military operations. Current capabilities to detect, mark, and neutralize explosive hazards in confined areas and subterranean environments are limited to handheld methods and man-portable Unmanned Ground Vehicles (UGVs). The forthcoming AMDS CPIF EMD solicitation will include the requirement for several AMDS prototypes demonstrating improved standoff capabilities to mark, detect and neutralize explosive hazards utilizing the Government Furnished Man Transportable Robotic System (MTRS) TALON IV as the host platform. The AMDS EMD contract will include systems engineering and design, development, integration, fabrication, and assembly of software/hardware as well as training, testing, logistics and documentation in accordance with the requirements delineated in the Performance Work Statement (PWS), Performance Specification and Interface Control Document. In addition, the Government plans to procure a Technical Data Package (TDP) as a deliverable under the EMD phase, including detailed drawings, design specifications, performance specifications, manufacturing procedures, and software documentation of all components, subassemblies and assemblies of the AMDS. In addition, one option will be included in the contract: FPI LRIP of 16 AMDS systems and continuous maintenance to the TDP, which will be provided as the final deliverable on the LRIP option, when and if, exercised. It is the Government's intent to award this action as a 100% unrestricted full & open competition best value tradeoff in accordance with the Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. It is anticipated that this solicitation will be posted on the Army Single Face to Industry website https://acquisition.army.mil/asfi/default.cfm and FedBizOpps https://www.fbo.gov/ on or about 31 October 2013 with an estimated date of award 28 March 2014. This procurement will be rated DO for national defense use, and, all provisions of the Defense Priorities and Allocation System Regulation (15 CFR 700) apply. The solicitation and any resultant contract shall be subject to FAR 52.232-18, Availability of Funds. Please note this does not constitute a Request For Proposal (RFP). Responses to this announcement are not proposals and cannot be accepted by the Government form a binding contract. This is not a guarantee of a future RFP or an award. This notice should not be construed as a commitment of any kind by the U.S. Government. Electronic media (i.e. Compact Disk (CD)) that include draft AMDS documentation, such as the AMDS Interface Control Document (ICD) Version 1, dated 13 August 2013, ICD Interoperability Profile Attachments dated July 2013, Performance Specification for AMDS Capability dated 8 August 2013, and the related Attachment, is available upon request. Please note that the highest distribution level is quote mark Distribution D quote mark for the AMDS requirement. These documents are marked with a quote mark Distribution D quote mark restrictive marking meaning distribution is only authorized to the Department of Defense (DoD) and U.S. DoD contractors only to protect technical or operational data or information from automatic dissemination under the International Exchange Program or by other means and to protect information subject to the provisions of DoDD 5230.25 as determined on 25 April 2013. This applies to all subcontractors at every level. In addition, these AMDS documents contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or Export Administration Act of 1979 (Title 50, U.S.C., Appt 2401 et seq), as amended. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25. Interested sources shall submit a completed AMSTA-AR Form 1350, Technical Data Questionnaire, a valid and approved DD Form 2345, Export Controlled Technical Data Agreement and a Non-Disclosure and Non-Use Agreement to the Government Point of Contacts listed within this notice prior to being considered eligible to receive this draft documentation. Please note, if/when the government cancels the advertised AMDS requirement, or, the offeror chooses not to submit a proposal in response to the forthcoming solicitation, or, the offeror's proposal is determined unsuccessful at either the pre-award or post-award stages, any and all copies of the draft AMDS documentation provided must be returned to this office at your firm's expense. Further, any copies made internally must be destroyed upon Government request. The Point of Contact for this action is Mike Klein, Contract Specialist, ACC-NJ-CC, 973.724.4262, email michael.s.klein15.civ@mail.mil, and, Mr. Tyler Fulper, Contract Specialist, 973.724.1871, tyler.w.fulper.civ@mail.mil. Please note telephone inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f80713363b584620ed385b94f6ff54b9)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03217930-W 20131019/131018085549-f80713363b584620ed385b94f6ff54b9 (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.