Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2013 FBO #4367
SOLICITATION NOTICE

A -- Rapid Prototyping and Technology Initiative (RPTI) Generation Two (GEN2)

Notice Date
11/6/2013
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
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-14-R-0008
 
Response Due
1/23/2014
 
Archive Date
2/22/2014
 
Point of Contact
Chris Fotiadis, 397 724 8543
 
E-Mail Address
ACC - New Jersey
(christopher.w.fotiadis.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command, Emerging Technologies Center, ACC-NJ-ET, Picatinny Arsenal, New Jersey, 07806-5000 on behalf of the U.S. Army Armament Research, Development and Engineering Center (ARDEC) Rapid Prototype Integration Mission, has a requirement to assist in the conduct of design, fabrication and testing required to enable rapid technology solutions/products for the field and PM customers. The Government intends to fulfill this requirement on a Full and Open Competition basis for Indefinite Delivery Indefinite Quantity (IDIQ) contracts with multiple awardees, with Firm Fixed Price (FFP) and/or Cost Plus Fixed Fee (CPFF) Task/Delivery Orders. The contract(s) will be for a five (5) years/ordering periods. The applicable SIC/NAICS code is 541330 and the PSC is AD94. As future needs for items and services are identified, it is the Government intent that during the five (5) years/ordering periods, Cost Plus Fixed Fee (CPFF) or Firm Fixed Price (FFP) Task/Delivery Orders will be competed among the awarded IDIQ base contracts. The minimum obligation for each awarded contract is $500.00. The total program value/ceiling shall not exceed $300,000,000.00 from all contracts that may be awarded. The Government intends to award contracts without discussions (except for clarification as described in FAR 15.306(a)), as permitted by FAR 15.306(a)(3) and FAR 52.215-1. However, the Government reserves the right to conduct discussions. 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 4 December 2013 with an estimated date of award 30 May 2014. 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 will not be considered proposals, and cannot be accepted by the Government. This notice 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. Description: The Rapid Prototyping & Technology Initiative - Generation 2 (RPTI-GEN2) Acquisition Thrust is a major Joint Munitions & Lethality (JM&L) Life Cycle Management Command (LCMC) Strategic Sourcing Initiative to increase the Armament, Research, Development, and Engineering Center's (ARDEC's) ability to provide reliable, responsive, and cost effective support to meet the Soldier's immediate field requirements. In support of the Global War on Terror (GWOT), ARDEC's mission, including lethality and counter-lethality, has expanded to include providing expedited developmental solutions to meet the customer's needs at various stages of a system's lifecycle. ARDEC desires to award multiple contracts to provide fabrication, assembly, integration and/or test/qualification capabilities, as well as providing materials, equipment, and engineering and/or prototyping services. These services and capabilities will support the design, development, manufacture and integration of unique, difficult-to-obtain, engineered solutions ranging from individual prototypes up to and including low rate initial production (LRIP) levels. The ability to reach out to small businesses, Academia and other providers to integrate novel and unique technology solutions into rapid prototypes is highly desirable. Specific lethal and counter-lethal rapid support may consist of fabrication, assembly, integration and/or test/qualification capabilities, as well as providing materials, equipment, engineering and/or prototyping services for one or more of the following major categories that the Government may utilize to satisfy its rapid requirements: 1 - Materials/Processes: To include any other materials/processes essential to the fabrication of a weapon, armament, munition or product, or to integrate with any tactical vehicle, as follows: a. energetics b. composites/coatings/adhesives c. specialty metals/alloys d. electronics e. optics f. lasers g. other miscellaneous materials/processes 2 - Component Fabrication/Equipment: To include capabilities to provide the following components and/or equipment, including installation at ARDEC facilities, as follows: a. armaments b. non-energetics c. energetics d. munitions e. electronics f. metallic components (specialty metals/alloys) g. non-metallic components h. other miscellaneous components/equipment 3 - Product Assembly: To include combining any or all armaments, non-energetics, energetics, optics, lasers, electronics, and/or other components into a final lethal, scalable, or counter-lethality platform, armament, or product, or to provide equipment and/or installation at ARDEC facilities. 4 - Systems Engineering and Integration: To include the systems engineering process, system of systems capability, integration, and/or product fielding and support. 5 - Testing Support and Capabilities: To include the full range of analytical, material, and/or system testing as follows: a. energetic materials b. non-energetic raw materials, products, and/or components c. support the development of Quality Acceptance Criteria d. fabrication of specific acceptance materials e. ability to support both destructive/functional and non-destructive testing for 1. energetic components and end items 2. non-energetic components and end items f. to provide process equipment and/or installation at ARDEC facilities as required in support of testing requirements 6 - Engineering Services: To provide the full range of engineering services to support the life cycle engineering needs from cradle to grave, including fielding and operational sustainment. This includes: a. Modeling and Simulation to include Computer Aided Design, Computer Aided Engineering and Computer Aided Manufacturing b. Project Management c. Product Life Cycle Information Technology and Knowledge Capture/Documentation d. Facilities Engineering to include process and equipment purchase, layout, installation and/or acceptance e. Process, Product, and Quality Engineering and associated Information Technology expertise to address a wide variety of ARDEC/RDECOM/AMC/Army and DoD requirements This PRE-SOLICITATION NOTICE is for information and planning purposes only and does not constitute a draft or formal Request for Proposal (RFP). This PRE-SOLICITATION NOTICE is not to be construed as a commitment by the Government. The point of contact for this action is: Christopher Fotiadis, Contract Specialist, email address: christopher.w.fotiadis.civ@mail.mil. Please note that telephone inquiries will not be accepted. Contracting Office Address: ACC New Jersey, Emerging Technologies Center Phipps Road, Building 9 Picatinny Arsenal, NJ 07806-5000
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e83794a0160b67532b66313473164339)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03229339-W 20131108/131106234029-e83794a0160b67532b66313473164339 (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.