MODIFICATION
D -- Common Hardware Systems-5th edition - Draft PWS & CDRLs
- Notice Date
- 5/24/2016
- Notice Type
- Modification/Amendment
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W15P7T) Division B, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T15RCHS5
- Archive Date
- 11/14/2015
- Point of Contact
- Scott Charles Sloan, Phone: 4438614952, Phillip S. Vitakis, Phone: 443-861-4960
- E-Mail Address
-
scott.c.sloan.civ@mail.mil, phillip.s.vitakis.civ.@mail.mil
(scott.c.sloan.civ@mail.mil, phillip.s.vitakis.civ.@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- A01-CDRL C004 - User Guides A01-CDRL C003 - V1+, V2, V3 Product Specs - Continuation A01-CDRL C003 - V1+, V2, V3 Product Specs A01-CDRL C002 - V1 Product Specs A01-CDRL C001 - PDR and CDR A01-CDRL B005 - CHS-5 IDE A01-CDRL B005 - CHS-5 IDE A01-CDRL B004 - TASS Cost Report A01-CDRL B003 - Failure Analysis A01-CDRL B002 - EOL A01-CDRL B001 - FAT Report A01-CDRL A005 - QAPP A01-CDRL A004 - Phase-In Transition Plan A01-CDRL A003 - CM Plan A01-CDRL A002 - FAT Plan A01-CDRL A001 - Counterfeit Detection and Avoidance PWS Solicitation Number: W15P7T-16-R-0004 Classification Code: D -- Information technology services, including telecommunications services NAICS Code: 334 -- Computer and Electronic Product Manufacturing / 334111 -- Electronic Computer Manufacturing This Request for Information (RFI) is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, or Request for Proposal or as an obligation on the part of the Government to acquire any products or services described herein. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of a contractor's submission of responses to this announcement or the Government's use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this RFI. The information provided may be used by the Army in developing its acquisition strategy, Performance Work Statement and/or Performance Specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. Background: The US Army Contracting Command-Aberdeen Proving Ground (ACC APG), MD is seeking feedback from industry concerning the planned best value trade off competitive follow-on to Contract Number W15P7T-11-D-G402 for the Common Hardware Systems-4 (CHS-4) contract. The CHS-4 contract currently provides commercial hardware [i.e. Non-Developmental, modified commercial off the shelf (COTS) items (i.e. ruggedized and militarized)] and services for the procurement of total life cycle system management solutions in support of tactical programs by providing seamless and consolidated procurement of Commercial Information Technology (CommIT), customizable sustainment strategies, non-personal services and continuous technology upgrades for a variety of military organizations utilizing Firm Fixed Price and Cost Plus Fixed Fee (Term and Completion Type) Delivery and Task Orders issued against a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The CHS-4 five year ordering period will expire in August 2016 with the five year warranty period for the last possible item ending in August 2021. To fully appreciate the scope and magnitude of the follow-on CHS program, the following information is provided and should be considered when responding to this RFI: Product Lead (PdL) CHS executes, on average, 125 delivery orders a year, procuring an average of approximately 60,000 items a year, at various ruggedization levels, all of which are configuration managed by the contractor. Items procured the most include: laptops, servers, routers, switches, storage appliances, operational transit cases (OTCs), displays as well as associated cables, batteries, and Uninterruptible Power Supplies (UPSs). It should be noted that a majority of non-ancillary items are purchased with a five (5) year warranty and that end users of this equipment are located across the United States, as well as most United States (US) Army Outside the Continental United States (OCONUS) locations - to include active theaters of operations. Purpose: The Sources Sought Notice (SSN) posted on September 30, 2015 for the CHS-5 contract focused on further validating if competition existed. The responses received provided the Government additional insight into industry's concerns and helped determine a path forward for PdL CHS strategy and assisted in refining the CHS-5 contract requirements. The subsequent posting on March 22, 2016, as well as the second CHS-5 Industry Day sought to further clarify the Government's CHS-5 contract requirements. The Government is interested in capturing industry's feedback regarding an optional Extended CHS-5 Hardware Warranty. Hardware procured with a 5-year Standard CHS-5 Hardware Warranty would also be eligible for an optional Extended CHS-5 Hardware Warranty of three (3) additional years. For hardware originally procured with a CHS-5 Hardware Warranty of other than a 5-year duration, the Government could still purchase an optional 3-year Extended CHS-5 Hardware Warranty. In such cases the Government would be required to upgrade to a 5-year Standard CHS-5 Hardware Warranty by procuring the delta between the 5-year CHS-5 Hardware Warranty and the warranty that was originally procured. The Government would be required to purchase the optional 3-year Extended CHS-5 Hardware Warranty (a) prior to the expiration of the 5-year Standard CHS-5 Hardware Warranty and (b) prior to the end of the CHS-5 contract ordering period. The optional 3-year Extended CHS-5 Hardware Warranty would be competed on the base CHS-5 contract award as a warranty option. The optional 3-year Extended CHS-5 Hardware Warranty would still require a 72-hour repair turn-around-time. Instructions: The Government requests respondents revise their submissions to the SSN's posted November 14, 2014; September 30, 2015; and March 22, 2016; as well as provide feedback, comments, and questions regarding the revised draft PWS and associated documents with a specific focus on Questions 1 - 4 below: Q1. How would you implement an optional 3-year Extended CHS-5 Hardware Warranty for items originally procured with or upgraded to a 5-year Standard CHS-5 Hardware Warranty? Q2. What, if any, impact would a total 8-year CHS-5 warranty (5-year Standard CHS-5 Hardware Warranty and 3-year Extended CHS-5 Hardware Warranty) for CHS-5 hardware have on your company's planned logistics / repair infrastructure to meet the contract requirements? Q3. What, if any, impact would exercising the optional 3-year Extended CHS-5 Hardware Warranty at the end of the CHS-5 contract ordering period have on your company's ability to meet the contract requirements? Q4. Please address any other concerns or feedback about an optional extended warranty that your company has that haven't already been addressed above. Responses to this RFI should be submitted by 4:00 p.m. EST on June 9, 2016. Responses are to be sent via email to the Lead Contract Specialist, Mr. Scott Sloan, at scott.c.sloan.civ@mail.mil. All material submitted in response to this RFI must be unclassified. Interested parties possessing the capacity to provide the requirements outlined above are requested to provide a response including: Name, telephone number, fax number, street address and e-mail address for Program and Technical points of contact information. Primary Point of Contact: Mr. Scott Sloan, Contract Specialist Army Contracting Command - APG, Division B 6001 Combat Drive APG, MD 21005-1846 scott.c.sloan.civ@mail.mil Alternate Point of Contact: Mr. Phillip Vitakis, Contracting Officer Army Contracting Command - APG, Division B 6001 Combat Drive APG, MD 21005-1846 phillip.s.vitakis.civ@mail.mil Alternate Point of Contact: Mr. Shannon McBride, Branch Chief Army Contracting Command - APG, Division B 6001 Combat Drive APG, MD 21005-1846 shannon.m.mcbride6.civ@mail.mil   The Government hereby notifies potential RFI responders that the Government intends to use contractor support in the collection of information and development of the acquisition strategy, Performance Work Statement and/or Performance Specifications. The Government intends to allow contractors from JANUS Research Group Inc., Engineering Solutions & Products LLC, and Booz Allen Hamilton performing advisory and assistance services, to view the RFI responses to aid in the development of this effort. By submitting a response to this RFI, responders understand and consent to the release of any and all data contained in RFI responses, to include proprietary data and other marked information, for development of this effort only, to the contractors performing those services for the Government. The Government will allow for Non-Disclosure Agreements (NDA) to be signed amongst the contractors and the responders at the responder's request. Contracting Office Address: ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROUD, MD 21005-1846 Place of Performance: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROUND, MD 21005-1846 US
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/299fa8794167b592202346fb7d451cf0)
- Record
- SN04127269-W 20160526/160524234711-299fa8794167b592202346fb7d451cf0 (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 |