Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
MODIFICATION

A -- Adaptive Red Team Integration, Assessment and Technology Transition - Solicitation 1

Notice Date
9/14/2015
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG - RTP, PO BOX 12211, RESEARCH TRIANGLE PARK, North Carolina, 27709-2211, United States
 
ZIP Code
27709-2211
 
Solicitation Number
W911NF15R0019
 
Archive Date
11/13/2015
 
Point of Contact
Megan Francis, Phone: 9195411752, Kathryn E. McManus, Phone: 9195415036
 
E-Mail Address
Megan.m.francis3.civ@mail.mil, kathryn.e.mcmanus.civ@mail.mil
(Megan.m.francis3.civ@mail.mil, kathryn.e.mcmanus.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation-W911NF-15-R-0019-Attachment 1-Fee Solicitation-W911NF-15-R-0019-Exhibit A CDRLs DD Form 1423 Solicitation-W911NF-15-R-0019-Attachment 3 Past Performance Letter Solicitation-W911NF-15-R-0019-Attachment 5-DD Form 254 Solicitation-W911NF-15-R-0019-Attachment 4-List of Approved Subcontractors Solicitation-W911NF-15-R-0019-Attachment 2 Cost Summary Sheet Solicitation-W911NF-15-R-0019 This is a SOLICITATION notice for the US Army Night Vision and Electronic Sensors Directorate (NVESD) Adaptive Red Team (ADT) Integration, Assessment and Technology Transition requirement. This is NOT an authorization to begin work, and does NOT commit the Government to purchase any services. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of any responses to this notice. The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Research Triangle Park (RTP) Division has a requirement for Research and Development that includes; support to the Assistant Secretary of the Army (Acquisition Logistics and Technology) ASA (ALT) Adaptive Red Team's live experimentations and/or assessments, which are conducted on a quarterly basis. There may be one additional requirement for an individual Off-Cycle event. Support efforts may include system integration, limited product development for experimentation and assessment of appropriate equipment and/or systems, Logistical support includes equipment, supplies, facilities and logistical support personnel. Requirements may support the U.S. Army Research Laboratory, Department of Defense (DoD) and other Government agencies. Requirements may also include incidental non-personal services within the scope of mission area performance. All requirements may support the Communications -Electronics Research, Development and Engineer Center, Night Vision and Electronic Sensors Directorate, Department of Defense (DoD) and other Government agencies. The ART multiple award indefinite-delivery indefinite-quantity (MA IDIQ) contract vehicle will provide support to ASA(ALT), TRADOC, Army Research, Development, and Engineering Centers (RDECs) and other Army, Department of Defense (DoD), U.S. Government, and industry stakeholders/customers. Mission Area Support: The Adaptive Red Team identifies potential vulnerabilities in emerging technologies including performance degradation in contested environments, interoperability, adaptability and training/ease of use issues. This is accomplished through analysis, and live and virtual experiment venues designed to improve warfighter maneuver, survivability, and lethality. These activities involve significant participation by service members with operational experience and service activities needing technology solutions to immediate or long term problems. Technical Area Supported: ART support efforts include system integration, limited product development for experimentation and assessment of appropriate equipment and systems, full logistical support to experimentation and assessments, and CONUS and OCONUS field service support for appropriate end-items or systems. Items or systems integrated and assessed by ART shall generally be of higher technology readiness levels (TRL 4 or above) and may occasionally be applied by military or Government operations personnel in an operational or operational-like environment. Other Technical Areas include; Integration - integrating disparate advanced technology equipment, subsystems and systems into a common operating capability that can be assessed in a field environment. These include software (network and common operating picture) hardware, and electronic integration. Field Service - provide field service support including training, troubleshooting, and other logistical support toward conducting assessments in a field environment both CONUS and OCONUS. Assessment and Support End Items - develop and fabricate equipment to be used to support the assessment of emerging equipment, subsystems and systems in an operational setting. The anticipated ceiling amount for the ART contract, including optional ordering periods, is $44 million. The anticipated ordering period is 24 months after date of award. The place of performance will be determined at the individual task order level and may include government sites and/or off site contractor facilities. The place of performance may be CONUS, OCONUS or a combination of CONUS and OCONUS locations to support requirements worldwide. This requirement will be procured as a set a-side to Service- Disabled Veteran- Owned Small Business Concerns. All responsible SDVOSB sources may submit a proposal in response to the solicitation when it is issued. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services as the requirement is not determined to be commercial in nature. The anticipated award date is 1st QTR Government Fiscal Year 2016. The points of contact for this requirement are Ms. Megan Francis and Ms. Kathryn McManus. All communications shall be submitted in writing only to usarmy.rtp.rdecom-aro.list.nvesd-qrb-umc-source-selections@mail.mil Contractors shall not contact any other Government personnel regarding this notice or the ART requirement other than the individuals designated above. Contacting any Government personnel other than the individuals designated above may result in an organizational conflict of interest (OCI) and may result in a contractor being excluded from the competition and consideration for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8067df28f9e515850cd1ad2724f12195)
 
Place of Performance
Address: The work shall be accomplished at the location specified in each task order., United States
 
Record
SN03884413-W 20150916/150914235307-8067df28f9e515850cd1ad2724f12195 (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.