Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
MODIFICATION

23 -- Route Clearance & Interrogation System (RCIS) Type I program - Amendment 1

Notice Date
5/17/2017
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - WRN (W56HZV)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV15R0156
 
Point of Contact
Carrie L. English, Phone: 586-282-7404, Helen Smith, Phone: 586-282-7098
 
E-Mail Address
carrie.l.english.civ@mail.mil, helen.h.smith.civ@mail.mil
(carrie.l.english.civ@mail.mil, helen.h.smith.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
FCL Sponsorship Letter FCL Orientation Handbook Facilities Clearance (FCL) Notice W56HZV15R0156 Conformed Copy W56HZV15R0156 Amend 0001 The United States Army Contracting Command - Warren will be issuing a Request for Proposal (RFP) W56HZV1-15-R-0156 to fulfill the requirements for the Route Clearance Interrogation System (RCIS) Type I to include the Engineering & Manufacturing Development (EMD), Low Rate Initial Production (LRIP), and Full Rate Production (FRP) phases. The RCIS capability provides a solution to meet the Route Clearance & Interrogation Systems Type I Capabilities Production Document. The RCIS Type I Program of Record (POR) is managed by the Product Manager (PdM) Appliqué and Large Unmanned Ground Systems (ALUGS). The RCIS Type I requirement is for six EMD RCIS Type I prototypes, one additional Semi-Autonomous Control (SAC) System and one radio set during Engineering and Manufacturing Development (EMD) on a Cost Plus Incentive Fee (CPIF) basis. A SAC system will consist of a Mobile Base Unit (MBU) integrated on the host vehicle and an Operator Control Unit (OCU) integrated on the control vehicle. The SAC system enables unmanned control of the host vehicle by an operator in the control vehicle. Upon completion of the EMD phase, the Government may exercise the first of two Low Rate Initial Production (LRIP) separately priced twelve month options on a Fixed Price Incentive Firm (FPIF) basis. LRIP option one is for a quantity of 10 RCIS Types I units. These RCIS Type I units will be used for Government-performed testing and evaluation. First article approval will be a requirement of LRIP option one. The second LRIP option may be executed for an additional quantity of 12 RCIS Type I units for a total of 22 LRIP RCIS Type I units. Toward the end of the second LRIP option, the Government may exercise the first of two separately priced options for Full Rate Production (FRP) on a Fixed Price Incentive Firm (FPIF) basis. Option one is for a quantity of 48 RCIS Type I units. FRP option two will be for a quantity of 56 RCIS Type I units, for a total of 104 FRP RCIS Type I units. Upon award of Option 1 for FRP, the Government may exercise the first of two separately priced Interim Contractor Support (ICS) options for the maintenance and sustainment of the SAC systems. ICS will be awarded on a Cost Plus Fixed Fee (CPFF) Level-Of-Effort (LOE) basis. The Contractor shall plan and execute a program that supports and sustains the SAC system to maximize readiness for fielded systems. The Contractor shall provide ICS for SAC System unique components during the initial fielding of production assets. ICS options will co-occur during the two years of FRP. The Contractor will receive as Government Furnished Property (GFP) Delta HMEE (D-HMEE) assets and Buffalo MPCV control vehicles over the course of the LRIP and FRP options, and be responsible for integrating the SAC system hardware and software as verified and validated in EMD. The Contractor will not be responsible for D-HMEE maintenance and sustainment. The SAC Contractor will be required to furnish the supplies and services necessary to accomplish System Technical Support (STS) efforts under two separately priced CPFF LOE options, if exercised, during the FRP phase of the contract. All work conducted under the STS effort will be performed only as specified in the work directives. The Total Package Fielding (TPF) process under two separately priced Level-Of-Effort options may be exercised during the FRP phase of the contract. TPF is designed to provide the RCIS Type I to the using units on schedule, as a coordinated package of end items, support items and technical documentation in accordance with (IAW) Army Regulation (AR) 700-142 Type Classification, Material Release, Fielding, and Transfer. The Contractor is required to de-process and field the RCIS Type I over the two year FRP phase of the contract to various CONUS locations. The purpose of the TPF process is to ensure the following: gaining units are fully trained in both the operation and maintenance of the RCIS Type I, equipment is delivered to the gaining units on schedule, and RCIS Type Is are fully mission capable. Additionally there are separately priced Firm Fixed Price (FFP) options for a Technical Manual - Final Reproducible Copy and an RCIS Type I SAC System Technical Data Package (TDP) Production Level. The solicitation will be issued as full and open competition utilizing a best value trade-off source selection evaluation with the exclusion of HMEE Original Equipment Manufacturer (OEM), J.C. Bamford Excavators Limited (JCB) who was awarded contract W56HZV-14-C-0154. The RCIS Type I Offerors that are other than small businesses will be required to submit small business subcontracting plans. There are documents within the solicitation that are controlled unclassified information, marked Distribution Statement C and D or contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or the Export Administration Act of 1979, as amended, (Title 50, U.S.C., App. 2401 et seq.). It is the responsibility of the Offeror, not the Government, to obtain the appropriate export licenses, or process the appropriate export license exemption, necessary for authorization to share any such information with subcontractors who are foreign persons or entities as defined in applicable export laws and regulations, or to obtain access to the files themselves. This solicitation contains information that is classified at the SECRET level. SECRET information will only be released to Offerors holding the appropriate Facility Clearance (FCL). All classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M and the DD-254. Milestone Event Estimated Timeframe of Event RFP Release 3rd Quarter FY 2017 Proposals Received 3rd Quarter FY 2017 Contract Award 1st Quarter FY 2018 The Government anticipates proposal submissions shall be due 45 calendar days after solicitation release. This is to add amendment 0001 to the solicitation. The RCIS Type I solicitation version posted on 2017 May 16 had Blocks 5 and 9 unpopulated on Standard form 33. The RCIS Type I solicitation version posted on 2017 May 17 populates Block 5 to annotate the solicitation was released on 2017 May 16 and Block 9 annotates that proposals are due 2017 July 05 at 12:00PM. No other changes have been made to the solicitation. The Facility Clearance (FCL) Notice, Orientation Handbook and FCL Sponsorship Letter was also posted to FBO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/04449b41566644dd1c6f854297d1fa80)
 
Record
SN04512409-W 20170519/170517235619-04449b41566644dd1c6f854297d1fa80 (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.