Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2018 FBO #6040
MODIFICATION

66 -- W31P4Q-18-R-0093 Official RFP AMD 02 - Solicitation 1 - CDRLS 017-027 - CDRLS 001-016 - SPARE PARTS LIST MSD V4S - MSD SAMPLE PARTS LIST - Solicitation 1 - CDRLS 041-048 - MSD V4R & V4S DETAIL SPECIFICATION MIS-DTL-61265 - CDRLS 028-040 - Amendment 1 - SPARE PARTS LIST MSD V4R - MSD SPARE PARTS ACCESSORIES LIST - MSD V4R & V4S PERFORMANCE TEST PLAN

Notice Date
6/5/2018
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-18-R-0093_rfp
 
Archive Date
7/10/2018
 
Point of Contact
Joanna M. Jones, Phone: (256) 955-5890, Dawn Robinson, Phone: 256-955-5884
 
E-Mail Address
joanna.m.jones8.civ@mail.mil, dawn.s.robinson2.civ@mail.mil
(joanna.m.jones8.civ@mail.mil, dawn.s.robinson2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 0008 of Section J of the solicitation Attachment 0003 of Section J of the solicitation Attachment 0001 of Section J of the solicitation SOLICITATION W31P41-18-R-0093 AMENDMENT 0001 Attachment 0006 of Section J of the solicitation Attachment 0010 of Section J of the solicitation Attachment 0007 of Section J of the solicitation ORIGINAL SOLICITATION - W31P4Q-18-R-0093, RELEASE 22 MAY 2018 Attachment 0009 of Section J of the solicitation Attachment 0002 of Section J of the solicitation Attachment 0004 of Section J of the solicitation Attachment 0005 of Section J of the solicitation CONFORMED W31P4Q-18-R-0093 AMENDMENT 02 OF THE FBO ANNOUNCE IS TO INCORPORATE AMENDMENT 0001 OF THE SOLICITATION. SEE THE PAGE 2 OF THE SOLICITATION, W31P4Q-18-R-0093 AMENDMENT 0001 FOR CHANGES. PLEASE NOTE, THE PROPOSAL DUE DATE WAS 23 JUNE 2018 17:00 PM CST AND HAS BEEN CHANGED TO 25 JUNE 2018 15:00 PM CST. PLEASE NOTE, IT IS ANTICIPATED THAT THE Q & A's RECEIVED IN RESPONSE TO THE RFP WILL BE POSTED NO LATER THAN 8 JUNE 2018. PLEASE NOTE, REVISED ATTACHMENTS HAVE BEEN UPLOADED PLEASE NOTE IF MAILING PROPOSALS, THE MAILING ADDRESS HAS BEEN CHANGED IN #3 OF SECTION L TO: Army Contracting Command - Redstone Arsenal Attn: CCAM-CAB-B - Joanna Jones or Pamela Latham 5303 Sparkman Circle Redstone Arsenal, AL 35898 AMENDMENT 02 OF THE FBO ANNOUNCE IS TO INCORPORATE AMENDMENT 0001 OF THE SOLICITATION. CHANGES ARE REFLECTED IN SOLICITATION - SEE THE PAGE 2 OF THE W31P4Q-18-R-0093 AMENDMENT 0001. PLEASE NOTE, THE PROPOSAL DUE DATE WAS 23 JUNE 2018 17:00 PM CST AND HAS BEEN CHANGED TO 25 JUNE 2018 15:00 PM CST. PLEASE NOTE, IT IS ANTICIPATED THAT THE Q & A's RECEIVED IN RESPONSE TO THE RFP WILL BE POSTED NO LATER THAN 8 JUNE 2018. ALSO NOTE IF MAILING PROPOSALS, THE MAILING ADDRESS HAS BEEN CHANGED IN #3 OF SECTION L TO: ARMY CONTRACTING COMMAND - REDSTONE ARSENAL ATTN: CCAM-CAB-B, JOANNA JONES OR PAMELA LATHAM 5303 SPARKMAN CIRCLE REDSTONE ARSENAL, AL 35898 NOTE REVISED ATTACHMENTS ARE UPLOADED. ALL OTHER CHANGES ARE REFLECTED IN W31P4Q-18-R-0093 AMD 0001. Army Contracting Command-Redstone Arsenal (ACC-RSA), on behalf of the Project Director, Test, Measurement and Diagnostic Equipment (PD-TMDE) is issuing this solicitation using full and open procedures IAW FAR Subpart 6.1, which will result in a contract award utilizing negotiated procedures in accordance with (IAW) FAR Part 15. CONTRACT TYPE: Single Award Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) PERIOD OF PERFORMANCE: The anticipated period of performance is for (1) one year base period and (4) one year option periods. The contract solicitation/award will include (1) 6 month option IAW clause 52.217-8. The total period of performance shall not exceed 5 years and 6 months (with all options exercised). CONTRACT TYPE: Single Award Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) SOLICITATION RELEASE AND INDUSTRY QUESTIONS: The Government is releasing the official RFP via the Government Point of Entry (fedbizopps.com), IAW FAR Subpart 5.2, with an proposal due date of 25 June 2018. You may submit feedback regarding the RFP and associated attachments via email to the following address: usarmy.redstone.acc.mbx.acc-rsa-w31p4q-18-r-0093msd@mail.mil. The Government will respond to questions about the solicitation up to the 5th calendar after the posting of amendment 01. Questions received after 5pm CST of the 5th calendar day may not be answered. Offerors are directed to submit questions via email referenced above. The Subject line shall read "RFP Industry Feedback". Feedback must be received before close of business (5:00 PM CST), June 12, 2018. The Government may elect to use the feedback to make necessary revisions to the RFP but feedback will not be regarded as Q&As and the Government may or may not provide a response. PROPOSAL DELIVERY: To mail or hand carry proposals, please follow instructions on Section L of the Solicitation - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. Electronic/e-mail proposal submission will not be accepted. PLEASE NOTE THE MAILING ADDRESS IS: Army Contracting Command - Redstone Arsenal Attn: CCAM-CAB-B - Joanna Jones or Pamela Latham 5303 Sparkman Circle Redstone Arsenal, AL 35898 Please note during the conduct of this acquisition, the Acquisition Source Selection Interactive Support Tool (ASSIST) will be used by the Government to support the proposal evaluation and source selection process. A separate tool, the ASSIST2Industry, will be used in conjunction with ASSIST to accomplish all exchanges with Offerors after receipt of proposals pursuant to Federal Acquisition Regulation (FAR) 15.306. ASSIST2Industry provides the ability for the Government to issue, and the Offerors to receive and respond to, all Evaluation Notices (ENs) in a secure online environment. See further instructions in Section L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. BUY AMERICAN STATUE: Interested Offerors shall comply with the requirement of the Buy American statute IAW FAR 25.101. The Buy American statute restricts the purchase of supplies that are not domestic end products. For manufactured end products, the Buy American statute uses a two-part test to define a domestic end product: (1) The article must be manufactured in the United States (2) The cost of domestic components must exceed 50 percent of the cost of all the components. DESCRIPTION OF SUPPLIES/SERVICES: The Maintenance Support Device-Version 4 Rugged (MSD-V4R) program and the Maintenance Support Device-Version 4 Semi-Rugged (MSD-V4S) program has been initiated to produce and field an improved system of at platform test equipment. The MSD-V4R and MSD-V4S Systems, members of the Integrated Family of Test Equipment (IFTE), are the Army's next generation of standard general purpose at-platform automatic test equipment. The MSD-V4R (including the Marine Configuration) and MSD-V4S Systems consist of Commercial-Off -The-Shelf (COTS) software and hardware components operating together with system specific software, standard accessories, interconnecting cables, and test adapter modules. These systems shall be used throughout the U. S. Army at all levels of maintenance as the Army's standard at platform tester for a wide variety of complex systems. The MSD-V4R System and MSD-V4S System shall be used to host Interactive Electronic Technical Manuals (IETMs) and Electronic Technical Manuals (ETMs), specific application software, and to upload/download mission data or software. The MSD-V4R and MSD-V4S Systems are intended to support all Army maintainers including ground, armor, aviation, missile, wheeled vehicle, signal/radio, command and control, and other tactical system maintainers. The MSD-V4R and MSD-V4S Systems shall be configured to support various Army weapon systems and platforms with optional and standard accessories. Companion accessories to the MSD-V4R Kit and MSD-V4S Kit include the Smart Wireless Internal Combustion Engine (SWICE) Test Adapter Set and Wireless At-platform Test Set (WATS), although SWICE and WATS are not produced under the MSD-V4R and MSD-V4S Systems contract. This requirement also includes incidental services such as: engineering, training, course development and MSD fielding services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fcfbfc5186ebc4df1a9bdee820ecc53b)
 
Place of Performance
Address: Army Contracting Command, Redstone Arsenal, Redstone Arsenal, Alabama 35898, Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04943835-W 20180607/180605231025-fcfbfc5186ebc4df1a9bdee820ecc53b (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.