MODIFICATION
10 -- Grenadier Sighting System (GSS) FINAL RFP Presolicitation Notice
- Notice Date
- 5/11/2015
- Notice Type
- Modification/Amendment
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- 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
- W15QKN15R0005
- Response Due
- 9/29/2015
- Archive Date
- 10/29/2015
- Point of Contact
- Holly Gregg, 9737243214
- E-Mail Address
-
ACC - New Jersey
(holly.c.gregg.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command - New Jersey, Picatinny Arsenal, NJ, in support of the Program Manager Soldier Weapons, intends to issue a Request for Proposal (RFP) for the development and production of the Grenadier Sighting System (GSS) during the third quarter of Fiscal Year 2015 (Q3FY15). Under this program, the contractor shall develop, manufacture and produce the GSS using the GSS Purchase Description, AR-PD-176, in accordance with the effort described in the GSS Statement of Work (SOW) at Section C and all Request for Proposal (RFP) requirements, issued under W15QKN-15-R-0005. The contractor shall provide for all necessary systems engineering, design engineering, materials, services, testing, technical management, quality assurance, equipment, facilities, prototyping, and administration, as applicable for the efforts described to design, fabricate and test a total of 70 GSS units and to produce a maximum of 84,000 GSS production units that meet all requirements listed in AR-PD-176. The GSS will replace the previously fielded day/night sight to the M320/M320A1 Grenade Launcher Module (GLM). The GSS will address the capability gap within forces to effectively engage targets, from 100 to 350 meters during day and 100 to 200 meters at night, with the M320/M320A1 GLM. The Government intends to compete the GSS requirement via a full and open competition, using Best Value, Trade-off procedures in accordance with FAR 15.101-1. The Government intends to award up to two (2) Indefinite Delivery/Indefinite Quantity (IDIQ) contract(s) whose proposal(s) provides the best value to the Government. The contract(s) will have a hybrid contract structure of a development effort with Cost Plus Fixed Fee (CPFF) contract line item numbers (CLINs) and a production effort with Firm Fixed Price (FFP) delivery orders. A down-selection process is anticipated in order to produce one (1) design of the GSS to satisfy the Army's requirements. This notice does not constitute a formal RFP, nor is the Government obligated to issue an RFP. Points of contact for this requirement are Holly Gregg and Therese Grimm, ACC-NJ-SW, Building 9, Picatinny Arsenal, NJ 07806-5000. Telephone inquiries will not be accepted. E-mail any questions to both holly.c.gregg.civ@mail.mil and therese.m.grimm.civ@mail.mil. Point of Contact for this pre-solicitation notice: Holly Gregg, Contract Specialist, at holly.c.gregg.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cbf24564c7978762b58cd75e5a8a8a58)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 9 Phipps Road Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN03726997-W 20150513/150511235140-cbf24564c7978762b58cd75e5a8a8a58 (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 |