Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2013 FBO #4365
SOLICITATION NOTICE

A -- Engineering and Manufacturing Development (EMD) Phase in Support of the Common Infrared Countermeasure (CIRCM) Program

Notice Date
11/4/2013
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ14R0001
 
Response Due
12/16/2013
 
Archive Date
1/15/2014
 
Point of Contact
heather.stiles2, 2568428084
 
E-Mail Address
ACC-RSA - (Aviation)
(heather.stiles2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command-Redstone, on behalf of Project Manager - Aircraft Survivability Equipment; Product Manager - Countermeasures, intends to solicit a twenty-six (26) month Base Effort for the Engineering and Manufacturing Development (EMD) program in furtherance of the laser based Common Infrared Countermeasure (CIRCM) system. Ten (10) options may be exercised if determined to be in the best interest of the Government, including: aircraft integration for follow-on army and other service platforms, A-Kit engineering and test support, Low Rate Initial Production (LRIP), procurement of Technical Data Package (TDP), NAVY Informational Assurance (IA) and NAVY B-Kit EMD development. The first follow-on aircraft for integration will be the AH-64E. The Government does not guarantee the exercise of any option within the RFP or any resultant contract. If some or all of the Contract Options 1-10 are exercised, the period of performance may be extended by twenty-one (21) months. The CIRCM system provides force protection to rotary-wing, tilt-rotor and fixed wing aircraft from infrared (IR) guided missiles. The CIRCM is the next generation light weight, laser-based IRCM component that will interface with both the Army's Common Missile Warning System (CMWS) and the Navy's Joint and Allied Threat Awareness System (JATAS). The Government intends to release a DRAFT Request for Proposal (RFP) for the CIRCM EMD effort. The Government will not award a contract on the basis of this DRAFT RFP and no proposals will be accepted at this time. Comments or questions will be accepted and responded to. It is anticipated that this EMD effort will be awarded to a single contractor utilizing full and open competition. Source selection procedures contained the Federal Acquisition Regulation (FAR), Subpart 15.3, shall be utilized to select the successful offeror after release of the formal RFP. Contractors pursuing award of a Government contract must be registered in System for Award Management (SAM) prior to being awarded a DoD contract. To be eligible for contract award, offerors must have completed a successful Preliminary Design Review meeting CIRCM System Performance Requirements held before, at a minimum, an authority delegated by a Component Acquisition Executive. The offeror must also provide a design which has attained Technology Readiness Level of at least 6, executed by an independent review team and properly certified by, at a minimum, a Component Acquisition Executive delegated authority (e.g. DASA R&T for the Army). This effort requires access to classified information. Participation by contractors, subcontractors or vendors with Foreign Ownership, Control or Influence (FOCI) to work on the CIRCM program is permitted; provided however, that such participation shall be in accordance with all applicable laws, regulations and policies regarding access to U.S. Government information--specifically the National Disclosure Policy, Annex A. A hybrid Firm Fixed Price/Cost-Plus Fixed Fee (with Technical Performance Incentives) contract is being contemplated. The applicable NAICS Code is 541712. The requirement for the EMD effort includes design, development, fabrication, integration and test of the B-Kit for the CIRCM System. In addition to designing, developing, integrating and testing platform installation kits (A-Kit) for the US Army UH-60M helicopters, the effort will include all engineering and materiel required for the CIRCM System and initial manufacturing capability. The EMD phase will focus on meeting performance requirements and designing for producibility. The Technical risk moving forward into the EMD Phase is driven by the ability of the CIRCM system to meet the CIRCM System Performance Specification (SPS) (A-Kit and B-Kit combined) weight requirements (120 pounds for small aircraft and 155 pounds for large aircraft) and the Probability of Countermeasure (Pcm) which is a classified Key Performance Parameter. The Government intends to include Technical Performance Incentives in areas that will be identified in the DRAFT RFP, the final RFP, or both. The intent of the EMD phase is to integrate a system for multiple rotary and small fixed wing aircraft and demonstrate manufacturing readiness. During the EMD phase the contractor must deliver eight (8) CIRCM A-Kits and twenty-one (21) CIRCM B-Kit Ship Sets. The first three (3) CIRCM A-Kits must be delivered no later than eight (8) months after contract award and the last five (5) must be delivered no later than eighteen (18) months after contract award. The first three (3) CIRCM B-Kit Ship Sets must be delivered no later than eight (8) months after contract award; the following six (6) must be delivered no later than eleven (11) months after contract award; the next five (5) must be delivered no later than twelve (12) months after contract award; the next one (1) must be delivered no later than thirteen (13) months after contract award; and the last six (6) CIRCM B-Kit Ship Sets must be delivered no earlier than eighteen (18) months after contract award. The US Army intends to release the DRAFT RFP within approximately three weeks of this synopsis. Interested parties should monitor the Army Single Face of Industry (ASFI) Acquisition Business Opportunities Web Site on the AMCOM Contracting Center Public Web Site for release of the DRAFT RFP and the formal RFP. No telephone requests for the DRAFT RFP or formal RFP will be accepted. If you are unable to access the ASFI Web Site, you may fax your request to 256-842-8029, ATTN: CCAM-OS-S, Eddie M. Whitfield or you may send your request by email. There are no plans to conduct an Industry Day for this requirement. Respondents should identify their company's name, address, CAGE Code, and whether they are a large or small business. Interested parties are responsible for adequately marking proprietary or sensitive information contained in their response. Security Classification Guidance should be directed to PM ASE, Mr. Ed Jernigan at (256) 842-7850, edward.jernigan@us.army.mil. Contracting POCs are: Ms. Eddie Whitfield (256) 955-6299, eddie.whitfield@us.army.mil Ms. Heather Stiles (256) 842-8084, heather.stiles2@us.army.mil Technical POCs are: Mr. Barry Price at (256) 313-0629, barry.price@us.army.mil Mr. Jason Matheney at (256) 842-4251, jason.matheney@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/08847abe44c4f4e97b2663e7b7fb30ea)
 
Place of Performance
Address: Department of the Army, Project Manager, Aircraft Survivability Equipment (PM ASE) 6726 Odyssey Drive Huntsville AL
Zip Code: 35806
 
Record
SN03227116-W 20131106/131104235601-08847abe44c4f4e97b2663e7b7fb30ea (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.