Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2014 FBO #4554
MODIFICATION

58 -- Airborne and Maritime / Fixed Station (AMF) Small Airborne Link 16 Terminal (SALT)

Notice Date
5/12/2014
 
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
W15P7T14R5002
 
Archive Date
5/12/2015
 
Point of Contact
Rachel Bogner, 443-861-4974
 
E-Mail Address
ACC-APG - Aberdeen Division B
(rachel.p.bogner.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Special Notice for the U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) relating to Solicitation No. W15P7T-14-R-5002, which serves as a notice to industry concerning procurement of Non-Developmental Item (NDI) products to meet the requirements of the Small Airborne Link 16 Terminal (SALT) system for Army Aviation. SALT is intended as a two-channel software-defined, National Security Agency (NSA) Type 1 radio, consisting of Link 16 and Soldier Radio Waveform (SRW). The Government will not consider developmental products, as market research has verified that the SALT requirements can be met using only NDI or modified NDI products. For purposes of conducting source selection testing, the Offeror shall be required to provide at least three (3), but not to exceed five (5) production representative SALT units (e.g., radio, power amplifier(s) and components) at the same date and time when the Offeror proposal is due. The production representative SALT units shall be configured to meet the requirements in the SALT Performance Requirements Document (PRD), plus any other equipment, operator training and documentation (e.g., up to two (2) days of operator training/equipment checkout at the Government SPAWAR Systems Center - Pacific labs; tamper, safety, and operation warnings; cables, cable drawings, Interface Control Documents (ICDs), remote controls) needed to interface to and facilitate the evaluation. After contract award, a total of thirty (30) production representative SALT radios will be required for Government RDT&E activities (e.g., production qualification testing; reliability testing; waveform standards conformance testing and initial helicopter platform integration and SIL activities), with hardware deliveries to commence no later than sixty (60) days after contract award. The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is providing a draft of the solicitation for the Small Airborne Link 16 Terminal (SALT) for review and comment by industry. ACC-APG intends to host face-to-face meetings with industry sources in approximately two weeks from the date of this posting, and the details of the meetings will be posted by amendment to this notice. ACC-APG is particularly interested in receiving comments and questions from industry as early as possible to facilitate consideration of items prior to issuance of a formal solicitation. Industry sources are directed to review the Draft RFP for additional important information. 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 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 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, a single Firm Fixed Price/Cost Plus Fixed Fee hybrid type contracts with a One- Year base period and three (3) One-Year option periods for delivery of the Low Rate Initial Production (LRIP) and Full Rate Production (FRP) quantities of SALT systems, spares, and associated services. It is the Government's intent to award a contract 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. Formal communications related to this acquisition shall be submitted by email to rachel.p.bogner.civ@mail.mil or 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 addresses 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. All proprietary and restricted information shall be clearly marked. Any documentation provided will not be returned. No Classified information shall be submitted in response to this notice. This notice is issued solely for information and planning purposes - it does not constitute an RFP or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future RFP, if issued. If an RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responder to monitor these sites for additional information pertaining to this requirement. Responses should be in MS Office 2007 or Adobe PDF formats. If a zip file will be used to transmit the information, please contact the Contracting Officer in advance to coordinate the process, as files with a.zip extension will be blocked from delivery via e-mail. E-mail messages must be less than 10 MB in size. If larger files are submitted, they must be broken into separate messages. No telephone requests will be accepted. CHANGE 2 : DUE TO FILE SIZE UPLOAD LIMITATIONS THE DRAFT RFP DOCUMENT WAS NOT INCLUDED IN THE ORIGINAL POSTING OF THE DRAFT RFP, BUT IS INCLUDED WITH THIS CHANGE. CHANGE 3: PRE-SOLICITATION CONFERENCE ANNOUNCEMENT The purpose of this announcement is to provide information about the Project Manager Tactical Radio (PMTR) Airborne and Maritime/Fixed Station (AMF) Small Airborne Link 16 Terminal (SALT) Pre-Solicitation Conference to be held on February 12, 2014 at Aberdeen Proving Ground, MD. This conference is in conjunction with Solicitation No. W15P7T-14-R-5002 currently posted on FedBizOpps (ww.fbo.gov). The Government intends to address any non-competition sensitive questions and comments regarding the draft RFP that are received by February 10, 2014 at 12:00 p.m. Eastern Time at the Pre-Solicitation Conference. Respondents are requested to clearly mark any questions or comments that are considered to be competition sensitive. All questions and comments should be sent to the following Points of Contact: Rachel Bogner, Contract Specialist, at rachel.p.bogner.civ@mail.mil Donald Morgan, Contracting Officer, at donald.w.morgan3.civ@mail.mil Additional questions and comments related to the draft solicitation may continue to be submitted until 12:00 p.m. Eastern Time, February 20, 2014. The Government intends to provide responses to all non-competition sensitive questions and comments as part of any formal solicitation. The Government requests that all attendees to the SALT Pre-Solicitation Conference bring their own copy of the draft RFP and its attachments. Any documents or materials the attendees wish to provide the Government during the pre-solicitation conference shall be in hard copy, and shall include any appropriate restrictive legends. NO CLASSIFIED INFORMATION SHALL BE INCLUDED IN ANY DOCUMENTS OR MATERIALS PROVIDED BY ATTENDEES. The attached registration form must be filled out and returned by interested participants no later than 11:00 AM EASTERN TIME, February 10, 2014. Participation is by registration only. The Government will acknowledge receipt of timely submitted registrations no later than 4:30 PM EASTERN TIME, February 10, 2014. The Government is not responsible for any delays in receipt of e-mailed registration forms, and interested parties are asked to submit registration forms as soon as possible. Telephone registration requests are not allowed and will not be accepted. Late registrations will not be accepted. Participation is restricted to no more than 5 persons (U.S. Citizens only) per industry group attendee. Walk-ins will not be permitted. The Government reserves the right to limit the number of attendees per industry group due to any facility space constraints. Specifics of the location for the pre-solicitation conference, to include maps and access information, and any further limitations on the number of attendees will be provided only to those respondents that submitted a registration form by the due date and time. Following the general morning session, one-on-one appointments with vendors will be conducted. The purpose of the one-on-one appointments is to answer questions pertaining to the draft Request For Proposal (RFP), Solicitation No. W15P7T-14-R-5002. One-on-One Sessions: 1. Attendance at One-on-One sessions will be limited to no more than 5 persons (U.S. Citizens only) per industry group attendee. 2. Vendors must have evidence that their Non-Developmental Item's (NDI) NSA certification has been or is nearly completed. The NDI must be quote mark scoped quote mark by NSA as a viable solution and have NSA concurrence that evaluation of their system under the CCEP process can be completed by September 30, 2014 to participate in the afternoon One-on-One sessions. 3. One-on-One session time slots will be given in the order in which they are received. 4. Each One-on-One session will be allotted ninety (90) minutes, although the Government reserves the right to either reduce the allotted time for all sessions, or extend the One-on-One sessions to a second day in order to accommodate the number of industry group attendees that meet the requirements for the One-on-One session. Attendance at the Pre-Solicitation Conference is neither required nor is a prerequisite for proposal/bid submission, and participation will not be considered in the evaluation of proposals. After the conclusion of the conference, the government's presentation materials will be posted at www.fbo.gov. This notice is issued solely for information and planning purposes - it does not constitute an RFP or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this notice; all costs associated with responding to this notice, to include travel and attendance at the pre-solicitation conference, will be solely at the interested parties' expense. The pre-solicitation conference will be UNCLASSIFIED. CHANGE 4: The purpose of this change is to provide a copy of the government-prepared slide package presented and briefed at the pre-solicitation conference held on 12 February 2014, as discussed in Change 3 above. Attached to this notice is the briefing slide package presented by the government during the open forum portion of the session. Also attached is the list of industry attendees as well as the list of government attendees at the conference. Points of contact are provided for industry attendees to further the goal of industry discussion. Regarding government attendees, please do not contact anyone on the list except for the contract specialist, Ms. Rachel Bogner, or as an alternate, the contracting officer, Mr. Donald Morgan. The government is addressing and reviewing comments to the draft solicitation which have been submitted thus far, and as appropriate, will incorporate changes into updated versions of the draft/final RFP. These documents will be made available at a later date. Where appropriate, responses to questions which will not specifically be addressed by RFP changes, as well as those responses related to non-proprietary industry questions will be posted here as well when they are complete. CHANGE 5: The Army Contracting Command - Aberdeen Proving Ground (ACC-APG), under Solicitation No. W15P7T-14-R-5002, is providing an updated draft of the solicitation for the Small Airborne Link 16 Terminal (SALT) for review and comment by industry. ACC-APG is particularly interested in receiving comments and questions from industry as early as possible to facilitate consideration of items prior to issuance of a formal solicitation. Industry sources are directed to review the Draft RFP for additional important information. The SALT PRD and related references are available on the JTRS IR (Joint Tactical Radio System Information Repository). Formal communications related to this acquisition shall be submitted by email to rachel.p.bogner.civ@mail.mil or 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 addresses identified above. Contractors shall not contact any other Government personnel other than the person(s) identified above. Contacting any Government personnel other than the individual(s) identified above could result in an organizational conflict of interest (OCI) and could result in an offeror being excluded from competition and/or award. All proprietary and restricted information shall be clearly marked. Any documentation provided will not be returned. No Classified information shall be submitted in response to this notice. This notice is issued solely for information and planning purposes. It does not constitute an RFP or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future RFP, if issued. If an RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responder to monitor this site for additional information pertaining to this requirement. Responses should be in MS Office 2007 or Adobe PDF formats. If a zip file will be used to transmit the information, please contact the Contracting Officer in advance to coordinate the process, as files with a.zip extension will be blocked from delivery via e-mail. E-mail messages must be less than 10 MB in size. If larger files are submitted, they must be broken into separate messages. SALT is intended as a two-channel software-defined, National Security Agency (NSA) Type 1 radio, consisting of Link 16 and Soldier Radio Waveform (SRW). The Government will not consider developmental products, as market research has verified that the SALT requirements can be met using only NDI or modified NDI products. Based upon market research, the Government is not using Federal Acquisition Regulation Part 12. The anticipated date for release of the formal RFP will be within thirty (30) days after release of the draft RFP; however, this date may be subject to change. A separate notice for the final 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, a single Firm Fixed Price/Cost Plus Fixed Fee hybrid type contract with a One-Year base period and three (3) One-Year option periods for delivery of the Low Rate Initial Production (LRIP) and Full Rate Production (FRP) quantities of SALT systems, spares, and associated services. The above discussed intent is subject to change. If your company is interested in the planned procurement, it is advised you monitor the Federal Business Opportunities (FBO) website at http://www.fbo.gov. CHANGE 6: To post the attachments missing from change 5. CHANGE 7: To post additional attachments: revised SOO, revised DRFP, revised draft pricing instructions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fb041ab0c55dcd854f4d768348e4f0cf)
 
Record
SN03363918-W 20140514/140512234701-fb041ab0c55dcd854f4d768348e4f0cf (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.