Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
MODIFICATION

59 -- Limited Interim Missile Warning System (LIMWS) Request for Proposal (RFP)

Notice Date
7/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-17-R-0211_LIMWS
 
Archive Date
8/9/2017
 
Point of Contact
Stefanie Polk,
 
E-Mail Address
stefanie.f.polk.civ@mail.mil
(stefanie.f.polk.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement provides clarification to W58RGZ-17-R-0211, AMEND 03. Classified proposal data (with proper packaging) can be hand carried, along with the unclassified proposal data, to the following address: Program Management Office Aircraft Survivability Equipment (PMO ASE) 6726 Odyssey Drive Huntsville, AL 35806 Regardless of which method offerors choose to submit their proposals, they must be received NLT 1400 (Central) on 25 July 2017. Amendment 0003 is being processed to provide delivery procedures for proposals in response to Final Solicitation W58RGZ-17-R-0211. Offerors may elect to submit their proposal through the United States Postal Service or any other commercial carrier of the offeror's choosing by sending the proposal to: United States Army Contracting Command - Redstone Arsenal CCAM-CAD-D ATTN: Ms. Stefanie Polk or Ms. Q. Chynell Gray Building 5206 Redstone Arsenal, AL 35898 OR Proposals may be hand carried no later than 25 July 2017 between 0800 and 1400 (Central) unless arrangements have been made with the Government to deliver the proposals at an earlier date. The proposals may be hand carried to: Program Management Office Aircraft Survivability Equipment (PMO ASE) 6726 Odyssey Drive Huntsville, AL 35806 Offerors opting to hand carry their proposals must submit an electronic notification to stefanie.f.polk.civ@mail.mil, quintina.c.gray.civ@mail.mil and cassandra.t.boyd.civ@mail.mil by 1500 (Central) on 20 July 2017. Offerors are encouraged to be prompt for scheduled appointments. Ms. Stefanie Polk, Ms. Q. Chynell Gray or Ms. Cassandra Boyd are the only Government officials authorized to accept proposals for this effort. Classified proposal data shall be shipped to PM ASE IAW DOD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM). Shipments MUST be double-wrapped and sent on a schedule to arrive at below addresses by Tuesday, 25 July 2017 at 1400 (Central). Below are the addresses to ship Classified information to PM ASE: FEDEX Overnight: Outer wrapper address: PM ASE 6726 Odyssey Drive NW Huntsville, AL 35806 ATTN: Security Inner wrapper address: PM ASE 6726 Odyssey Drive NW Huntsville, AL 35806 ATTN: LIMWS RFP USPS Express Overnight: Outer wrapper address: PM 6726 Redstone Arsenal, AL 35898 ATTN: PM ASE Security Inner wrapper address: PM 6726 Redstone Arsenal, AL 35898 ATTN: LIMWS RFP Notice of Importance: Regardless of which method offerors choose to submit their proposals, they must be received NLT 1400 on 25 July 2017. This announcement provides notification of the finalized LIMWS Airworthiness Qualification Plan (AQP). This document is For Official Use Only (FOUO) and will be provided to the potential offerors that have previously requested the other FOUO documents, the Statement of Work (SOW) and Document Summary List (DSL). The SOW takes precedence over the AQP. The Government will send the AQP by COB on 13 July 2017. Amendment 0002 is being processed to remove Past Performance from the trade-off evaluation as stated in Section A. Additionally, CLIN 0010 (Contract Data Requirements List (CDRL) Exhibit A) has been added to Section A and Section B of the Solicitation. CLIN 0002 (Eng B Kits Prototypes, Prototype Upgrades, and NRE) has been updated in Section B. FAR 52.211-11 (Liquidated Damages - Supplies, Services, or Research and Development) has been updated in Section F. DFARS 252.246-7008 (Sources of Electronic Parts) and FAR 52.232-16 (Progress Payments) have been added to Section I. A revised Attachment 0003 (Section H Narrative) has been incorporated into Section J of the RFP. The Questions and Answers from the Final RFP that was released on 23 June 2017 are included in this FedBizOpps posting. No more questions will be accepted. The Statement of Work (SOW) and Document Summary List (DSL) are For Official Use Only (FOUO). As stated in each attachment, in order to receive these documents (along with the associated Government Furnished Property documents), submit the following information ASAP to usarmy.redstone.peo-avn.mbx.iews-ase-limws@mail.mil. Company Name: Company Cage Code: Company POC: Company POC email address: If a request was previously submitted after the Final RFP was released, an additional request is not necessary. The Government will send the revised SOW (the only document that was updated) by COB on 07 July 2017. All allowable Government Furnished Property (GFP), to include Government Furnished Equipment (GFE)/Government Furnished Information (GFI), for the RFP has been provided. There is one outstanding document, LIMWS Airworthiness Qualification Plan, which is anticipated to be finalized and posted on FedBizOpps by 13 July 2017. All other GFP will be provided upon contract award. The Government did not receive any CLASSIFIED questions; therefore, the Government does not have any CLASSIFIED responses to provide. Amendment 0001 is being processed to incorporate a revised Attachment 0009 (LIMWS CSDR) in Section J of the Solicitation. The Final CSDR will be provided at the Post Award Conference after contract award. Submittal instructions for CLASSIFIED portions of the proposal have been provided in Section A of the Solicitation and in the FBO posting. Additionally, instructions to receive the FOUO questions/answers have been provided in the FBO posting. This announcement is the release of the formal Request for Proposal (W58RGZ-17-R-0211) for the Program Executive Office (PEO) Intelligence Electronic Warfare & Sensors (IEW&S), Project Management Office (PMO) Aircraft Survivability Equipment (ASE). UNCLASSIFED questions regarding this Request for Proposal are due by Friday, 30 June 2017 at 1400 Central. The questions shall be submitted to usarmy.redstone.peo-avn.mbx.iews-ase-limws@mail.mil. CLASSIFIED questions shall be shipped to PM ASE IAW DOD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM). Shipments MUST be double-wrapped and sent on a schedule to arrive at below addresses by Friday, 30 June 2017. Below are the addresses to ship CLASSIFIED information to PM ASE: FEDEX Overnight: Outer wrapper address: PM ASE 6726 Odyssey Drive NW Huntsville, AL 35806 ATTN: Security Inner wrapper address: PM ASE 6726 Odyssey Drive NW Huntsville, AL 35806 ATTN: LIMWS RFP USPS Express Overnight: Outer wrapper address: PM 6726 Redstone Arsenal, AL 35898 ATTN: PM ASE Security Inner wrapper address: PM 6726 Redstone Arsenal, AL 35898 ATTN: LIMWS RFP In order to receive the CLASSIFIED and FOUO RFP questions and answers by 7 July 2017, submit the following information by 1400 Central on 5 July 2017 to usarmy.redstone.peo-avn.mbx.iews-ase-limws@mail.mil: Company cage code: JPAS SMO code: FSO name/contact information: FEDEX address to receive classified information: USPS address to receive classified information (If different than FEDEX): The public releasable RFP questions and answers are anticipated to be posted on FBO by 7 July 2017. Verbal/telephonic questions or comments will not be accepted. The System Performance Specification (SPS) is CLASSIFIED and required in order to fully understand the requirement. In order to receive the CLASSIFIED SPS, submit the following information ASAP to usarmy.redstone.peo-avn.mbx.iews-ase-limws@mail.mil: Company cage code: JPAS SMO code: FSO name/contact information: FEDEX address to receive CLASSIFIED information: USPS address to receive CLASSIFIED information (If different than FEDEX): Upon PM ASE's validation of the offeror's Facility Clearance Level (FCL) and company's authorization to store CLASSIFIED information, the CLASSIFIED SPS, Draft Security Classification Guide (SCG) and other CLASSIFIED documents will be sent to the provided CLASSIFIED mailing address. All CLASSIFIED and sensitive material sent to the offerors will include a DA 3964, CLASSIFIED Document Accountability Record, which must be signed upon receipt and returned to usarmy.redstone.peo-avn.mbx.iews-ase-limws@mail.mil. The Statement of Work (SOW) and Document Summary List (DSL) are For Official Use Only (FOUO). As stated in each attachment, in order to receive these documents (along with the associated Government Furnished Property documents), submit the following information ASAP to usarmy.redstone.peo-avn.mbx.iews-ase-limws@mail.mil. Company Name: Company Cage Code: Company POC: Company POC email address: As stated under A-6 in the Request for Proposal, the correct mailing address for proposal submittal is: United States Army Contracting Command - Redstone Arsenal CCAM-CAD-D ATTN: Ms. Stefanie Polk or Ms. Q. Chynell Gray Building 5206 Redstone Arsenal, AL 35898 CLASSIFIED portions of the proposal shall be shipped to PM ASE IAW DOD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM). Shipments MUST be double-wrapped and sent on a schedule to arrive at below addresses by Tuesday, 25 July 2017. Below are the addresses to ship CLASSIFIED information to PM ASE: FEDEX Overnight: Outer wrapper address: PM ASE 6726 Odyssey Drive NW Huntsville, AL 35806 ATTN: Security Inner wrapper address: PM ASE 6726 Odyssey Drive NW Huntsville, AL 35806 ATTN: LIMWS RFP USPS Express Overnight: Outer wrapper address: PM 6726 Redstone Arsenal, AL 35898 ATTN: PM ASE Security Inner wrapper address: PM 6726 Redstone Arsenal, AL 35898 ATTN: LIMWS RFP The public releasable Questions and Answers (dated 02 June 2017) from the LIMWS DRAFT Request for Proposal and LIMWS Pre-Solicitation Conference are attached to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/654e3ff47986974a50f335cf3b4b29a8)
 
Record
SN04588942-W 20170722/170720235732-654e3ff47986974a50f335cf3b4b29a8 (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.