Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 06, 2015 FBO #4850
MODIFICATION

A -- Radiological Detection System (RDS)

Notice Date
3/4/2015
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
ACC-APG - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-15-R-0001
 
Response Due
3/18/2015
 
Archive Date
5/3/2015
 
Point of Contact
Keyonna Hogan, 4104364476
 
E-Mail Address
ACC-APG - Edgewood
(keyonna.l.hogan.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to provide information regarding the Facility Clearance (FCL) Sponsorship Request. The Contracting Office will accept FCL sponsorship request letter prior to the release of the Request of Proposal (RFP) for the RDS solicitation W911SR-15-R-0001. The letter can be found at http://www.dss.mil/isp/fac_clear/fac_clear_check.html. All FCL sponsorship request letters shall be submitted to the Contract Specialist, Keyonna Hogan, at keyonna.l.hogan.civ@mail.mil to begin the process. Additional information regarding the FCL sponsorship request can also be found on the Q&As posted on FBO dated 19 February 2015. The purpose of this amendment is to post the Questions & Answers (Q&As), dated 19 February 2015 in response to the draft solicitation. The purpose of this amendment is to revise the RDS solicitation synopsis. The Government only intends to award Phase I-SID as a result of this solicitation. Upon completion of Phase I (SID), and based on Government need and the results achieved in Phase I, the awardees of the SID-Phase I may be given a fair opportunity to compete for the Phase II-LRIP and the Phase III-FRP. The Government intends to award the Phase II, LRIP and Phase III, FRP to only one (1) of the contractors that was awarded and performed the Phase I SID effort. Phase II-LRIP and the support efforts under LRIP will not be issued as Options. These support efforts will issued either a Delivery order or Task Order under the IDIQ contract. Phase III- FRP will not be issued as an option. All CLINs under Phase III-FRP will be issued as Delivery Orders under the IDIQ contract. Phase III includes FRP of the base unit, FRP of six (6) interchangeable probes, Transit Cases, initial spare and repair parts, and auxiliary equipment. NOTE: The draft solicitation for the Radiological Detection System (RDS) was previously posted under solicitation number W911SR-14-R-0009. All information for the RDS procurement will be posted here under solicitation number W911SR-15-R-0001. The Joint Project Manager for Radiological & Nuclear Defense (JPM-RND) is tasked to provide a standard Department of Defense (DoD) Radiological Detection System (RDS) that will replace the Joint Services current radiation detection, indication, and computation (RADIAC) systems. The RDS will provide increased capability and enable the Joint Services to effectively conduct joint operations with interoperable equipment, by providing a network centric, rugged radiation detection capability for detection of the entire spectrum of radiological and nuclear (RN) hazards and threats. The Government intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract to no more than three (3) sources. This requirement is a Total Small Business Set Aside. Offers are solicited only from small business concerns and any award(s) resulting from this solicitation will be made to small business concerns. It is anticipated that the RDS acquisition will be implemented in three (3) phases. Phase I is expected to be a 36-month effort and includes the System Integration and Demonstration (SID) to include design, development and manufacture of 14 prototypes as well as support of Government test activities. Phase I represents the minimum amount to be awarded under the IDIQ contract. Upon completion of Phase I (SID), and based Government need and the results achieved in Phase I, the awardees of the SID-Phase I may be given a fair opportunity to compete for the Phase II Low Rate Initial Production (LRIP) Delivery Order and the Full Rate Production (FRP) Phase III which will be included as Option 1. Phase II (LRIP) is expected to be a 24-month effort, for the production of 30 radiological detection systems. Phase II also includes ancillary support efforts such as: (a) First Article Refurbishment Analysis, (b) Refurbishment of FAT Systems, and (c) develop, fabricate and deliver a system support package to support Logistics Demonstration. These support efforts will be identified as Options and will be issued as either a Delivery order or Task Order under the IDIQ contract. Phase III-Option 1 (FRP), if exercised, will have deliveries over a five (5) year period at the discretion of the Government based on need and results achieved in Phase II. It is anticipated that there will be a minimum production of 134 base units and a maximum production of 57,935 units. Additionally, Phase III includes, options for initial spare and repair parts, FRP of six (6) interchangeable probes, Transit Cases, and auxiliary equipment. All Options under Phase III) will be issued as Delivery Orders under the IDIQ contract. Solicitation W911SR-15-R-0001 is scheduled for release on or around 20 February 2015, with proposals due 45 days thereafter. The solicitation will be posted to this website. All responsible sources may submit a proposal which shall be considered by the agency. All questions concerning this proposed procurement should be directed to Keyonna Hogan, Contract Specialist, via email: keyonna.l.hogan.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e80a1ecb8fafd01c6aab9628857436b7)
 
Place of Performance
Address: ACC-APG - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
Zip Code: 21010-5424
 
Record
SN03659189-W 20150306/150304235653-e80a1ecb8fafd01c6aab9628857436b7 (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.