Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOURCES SOUGHT

A -- Call for Proposals

Notice Date
5/7/2015
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
W56KGU14R0003
 
Response Due
6/8/2015
 
Archive Date
7/8/2015
 
Point of Contact
Dana Nunley, 443-861-4683
 
E-Mail Address
ACC-APG - Aberdeen Division B
(dana.y.nunley.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Call for Proposals Broad Agency Announcement (BAA) I2WD 2014 W56KGU-14-R-0003 Modular Active Protection Systems (MAPS) Tracking Sensor 24 March 2015 The Intelligence & Information Warfare Directorate (I2WD) is seeking to issue a contract on a Cost-Plus-Fixed-Fee (CPFF) basis for a Tracking Sensor for the Modular Active Protection Systems (MAPS). Proposals should be submitted against the BAA Solicitation No. W56KGU-14-R-0003.Topic: Intelligence, Surveillance, and Reconnaissance Technologies ISR Sub-topic # 1 - Radar Technologies and Techniques. The period of performance of the awarded contract will be for a base period of six (6) months and options for four additional twelve (12) month periods of performance. THIS CALL IS NOT AN AUTHORIZATION TO START WORK A. ADHERE TO THE FOLLOWING TIMELINES: Proposals shall be submitted prior to 4:00 PM EDT on 08 June 2015. If not received by this closing time, an offeror's submission will not be considered for award. For administrative questions, you may contact Contract Specialist Dana Nunley. B. PROPOSAL SUBMISSION INSTUCTIONS: All proposals shall be submitted in accordance with the instructions in the BAA. See Parts IV and V for detailed submission requirements and instructions. The technical portion of the proposals shall be limited to 40 pages and should not include cost information. An original hardcopy and one electronic copy of each proposal shall be submitted. An individual proposal submission from an offeror shall be classified either UNCLASSIFIED or SECRET according to guidance previously received from the designated TPOC. Proposals shall be marked and appropriately wrapped, delivered in hard copy (one each) and magnetic media (one each) [Adobe Portable Document Format]. Submit proposals, via appropriate means, to the TPOC at the following address: For shipping of SECRET or CONFIDENTIAL material to I2WD you can choose one of two options - USPS or Fed Ex: RDER-IWR-AS (MAPS) GOES ON THE INNER WRAPPING ONLY PLEASE MAKE SURE A TRACER DOCUMENT / DA FORM 3964 IS ENCLOSED a. USPS registered or express to Aberdeen Proving Ground Inner Wrapping Outer Wrapping I2WD I2WD ATTN: RDER-IWR-AS (MAPS)ATTN: Security 6003 Combat Drive 6003 Combat Drive APG, MD 21005 APG, MD 21005 b. FEDEX Overnight to Aberdeen Proving Ground Inner WrappingOuter Wrapping I2WD I2WD ATTN: RDER-IWR-AS (MAPS) ATTN: Security 6005 Combat Drive 6005 Combat Drive APG, MD 21005 APG, MD 21005 Unclassified electronic copies of the proposal shall be submitted via email to: usarmy.apg.cerdec.mbx.i2wd-maps-tracker@mail.mil. IMPORTANT: Failure to comply with all submission instructions may affect the evaluation or delay consideration of the proposal. B. PROPOSAL EVALUATION: The Government will evaluate each proposal received in response to this call according to the evaluation criteria in the BAA. Proposals, including technical/management and cost volumes, populated subsystem specification Appendices A and B, and completed Representations & Certifications, submitted in response to this BAA shall be evaluated as they are received throughout the duration of this solicitation. Proposals lacking scientific merit or relevance to Army's needs, or those proposals that may fall in areas wherein funds are not expected to be available, may be rejected without further action. C. IMPORTANT NOTES: 1.In addition to this call, offeror's proposals must conform to the requirements outlined in the following Documents: Performance Work Statement (PWS) for Modular Active Protection Systems (MAPS) Tracking Sensor dated 23 March 2015 Subsystem Specification for Modular Active Protection Systems (MAPS) Tracking Sensor with Appendix A and B dated 24 March 2015 Security Classification Guide for Modular Active Protection Systems (MAPS) titled quote mark TARDEC Active Protection System (APS) Technologies Security Classification Guide quote mark dated 10 November 2011 2.The referenced documents are U//FOUO with Distribution C. Requests for these documents may be made via email to: usarmy.apg.cerdec.mbx.i2wd-maps-tracker@mail.mil. Please provide the CAGE code in your email. 3.For proposal evaluation purposes only, offerors shall assume the period of performance (PoP) shall begin on 1 September 2015. 4.The offeror and subcontractors shall be responsible for ensuring compliance with the Service Contract Act for applicable labor categories. 5.Technical questions may be directed to the appropriate Technical Points of Contact (TPOC), via email at usarmy.apg.cerdec.mbx.i2wd-maps-tracker@mail.mil to request clarification and/or to engage in informal discussions. No discussions are to be held with offerors by the technical staff after proposal submission without permission of the CECOM Contracting Center Contracting Officer. Questions concerning contractual, cost, pricing, or proposal format may be directed to Contract Specialist, Sharon Snow, sharon.l.snow.civ@mail.mil. 6.If an offeror's technical proposal is not found to have technical merit, its cost/price proposal may not be evaluated. 7.This BAA call is an expression of interest only and does not commit the Government to make an award or pay proposal preparation costs generated in response to this call. 8.The Joint Technical Architecture-Army (JTA-A) is not a requirement for this call for proposals. 9.The Government may select two or more offerors for a base contract award, and a down-select to a single offeror may occur following that initial period. Any down-select shall be based upon a program risk assessment, the criteria of which may include, but are not necessarily limited to, schedule and performance. a.The Government may extend the term of this contract by written notice to the Contractor within 90 days of contract close; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. b.If the Government exercises this option, the extended contract shall be considered to include this option clause. c.The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. 10.Each period of performance (Base, Options 1-4), if awarded, shall include as a deliverable a Final Review. This report shall include at a minimum updates on project schedule, budget, and technical performance. The offerer is free to propose additional content to these reports, in accordance with intent. These items shall become CDRLs incorporated into contract upon award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/684a6285cd1e11d3abc00b90b623ea05)
 
Place of Performance
Address: ACC-APG - Aberdeen Division A ARMY CONTRACTING COMMAND, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN03723871-W 20150509/150507235205-684a6285cd1e11d3abc00b90b623ea05 (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  © 1994-2020, Loren Data Corp.