Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOLICITATION NOTICE

23 -- Stryker Medium Caliber Weapon System

Notice Date
5/15/2020 5:32:15 AM
 
Notice Type
Solicitation
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
W4GG HQ US ARMY TACOM WARREN MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-19-R-0101
 
Response Due
8/10/2020 9:00:00 AM
 
Archive Date
08/25/2020
 
Point of Contact
Jenna N. McGinnis, Phone: 586-282-3205, Justin D. Stoner
 
E-Mail Address
jenna.n.mcginnis.civ@mail.mil, justin.d.stoner.civ@mail.mil
(jenna.n.mcginnis.civ@mail.mil, justin.d.stoner.civ@mail.mil)
 
Description
15 May 2020 Update: Amendment 0003 and additional Q&A posted. 30 April 2020 Update: Amendment 0002 and additional Q&A posted. 03 April 2020 Update: Amendment 0001 and additional Q&A posted. �Amendment 0001 extends the RFP response date to 10 August 2020. The Government is continuously assessing the COVID-19 situation and the impacts on acquisition. If your company is experiencing immediate issues related to COVID-19, please contact the Contracting Officer. 20 March 2020 Update: The Government is continuously assessing the COVID-19 situation and the impacts on acquisition. If your company is experiencing immediate issues related to COVID-19, please contact the Contracting Officer. Due to the impacts of the COVID-19, the Government will be adjusting several components of the Stryker Lethality MCWS schedule. - Revising the proposal, Production Representative System Sample, and armor coupons submission date from 8 June 2020 to 8 July 2020.� This 30 day extension will be reassessed as the COVID-19 situation progresses. - Postponing pre-proposal conferences until 16 April. Rescheduling information will be coordinated in the near future.� - Planning for TRR1 currently scheduled 31 Mar - 01 Apr to be moved to 30 April 2020 and be conducted virtually. �Rescheduling information will be provided in the near future. In the meantime, the Government is requesting written responses to the below questions by 27 March 2020: 1.� What are the risks associated with providing an adequate proposal in the time allowed? 2.� Please provide a status of your PRSS build and schedule risks for on-time completion. 3.� Are there areas of the RFP that require further clarification? 4.� Are there any risks associated with meeting Tier 1 requirements? 5. What impacts, if any, could COVID-19 have on the future your schedule and program? We understand and appreciate the defense industry taking measures to protect the health and safety of their employees. Again, if you are experiencing immediate impacts, please contact the Contracting Officer. 11�March 2020-�Preproposal Conference Annoucement�posted as pdf ""W56HZV-19-R-0101 Stryker MCWS Preproposal Conference Announcement"" 9 March 2020- Questions and Answers attachment posted as pdf ""W56HZV-19-R-0101 Q and A 9 March 2020"" Request for Proposal W56HZV-19-R-0101 includes multiple attachments, some of which are not supported by beta.SAM.gov. To receive a DVD of all the Attachments, please send an email to�usarmy.detroit.peo-gcs.mbx.sbct-30mm-contracting@mail.mil, with a copy of your company�s approved DD2345, address for the DVD to be sent, and a Point of Contact at receiving location. All requests for DVDs will be sent out by no later than the next business day after receipt of request. A.1 Stryker Lethality 30mm ECP Overview A.1.1 The Stryker Lethality 30mm ECP vehicle is a new Stryker variant required to address the capability gap identified within the Army�s Stryker Brigade Combat Teams (SBCTs). This vehicle will be incorporated in the SBCT structure as a precision lethality capability to support suppression of dismounted infantry and defeat� vehicle threats. A.1.2 Project Management Office-Stryker Brigade Combat Team has taken innovative approaches to Army acquisition by focusing on delivering essential capabilities while under a significantly reduced timeline, as compared to traditional acquisition efforts. Their achievements were accomplished by leveraging existing material solutions with proven capabilities coupled with new technologies to meet the requirements. A.1.3 The Army Requirements Oversight Council (AROC) has approved the purchase of 269 total Stryker Lethality 30mm ECP vehicles (3 SBCTs). Procurement beyond the three SBCTs will be revisited in future Program Objective Memorandum planning based on funding availability. A.2 Solicitation and Contract Type A.2.1 The resulting contract will be� a Requirements contract and encompasses Manufacture/Integration, Systems Technical Support, Interim Contractor Logistic Support, and Integrated Product Support. The two primary contract types are Firm Fixed Price for Manufacture/Integration and Cost Plus Fixed Fee for Systems Technical Support, Interim Contractor Logistics Support, and Integrated Product Support. A.2.2 After contract award, the Government may negotiate Cost Plus Incentive Fee arrangements for Interim Contractor Logistics Support. A.2.3 Offerors shall submit proposals no later than 12:00 p.m. Eastern Standard Time (EST) on 8 June 2020 in six separate volumes in accordance with paragraph L.2.1. Offerors shall submit Armor Coupons and a Production Representative System Sample in accordance with L.2.1.1 and L.2.1.2, respectively. A.2.4 Information in this solicitation takes precedence over any information shared by the Government preceding the solicitation release, including but not limited to, information shared at Industry Day, draft solicitation, or though Q&As released prior to the issuance of this solicitation. A.3 Proposal Evaluation A.3.1 This solicitation� is a full and open competition.� The Government will utilize Best Value Trade-off Source Selection Procedures in order to determine the proposal with the best value to the Government.� The Government intends to� award a single contract. A.3.2 The Government will evaluate offerors� proposals based on the evaluation criteria and in accordance with Section M.4 of the RFP: A.3.2.1 Technical Factor A.3.2.2 Past Performance Factor A.3.2.3 Value Adjusted Total Evaluated Price (VATEP) Factor A.3.2.4 Small Business Participation Factor A.4 Affordability A.4.1 The affordability amount for this RFP is $695.2 million and is inclusive of production and integration of 269 Medium Caliber Weapon Systems, Initial COTS Operator Manual, Operator Manual, Field Level Maintenance Manual, Risk Management Testing, and Production Verification Testing.� A proposal will be determined Affordable based on the proposed prices(s) for 001X, 002X, 003X, 004X, 007X, and 008X CLINS, as calculated within the VATEP Factor Workbook (Attachment 0052).� No proposal, no matter how highly rated under the non-VATEP Factors, will be considered for award if unaffordable.� A.5 Administrative A.5.1 Eligibility requirements for award and Rejection Criteria are included in the RFP.� Offerors should carefully review the RFP to ensure all requirements for award are met. A.5.2 Armor Coupons and Production Representative System Samples shall remain in a secured location at the test site (Aberdeen Proving Ground, MD) until after contract award.� Unsuccessful offerors shall coordinate with the PCO to remove contractor property from the PRSS at APG.� A.5.3 Access to Classified, FOUO and Export Controlled Documents: All Offerors must have a valid facility clearance of SECRET or higher in order to respond to this RFP. See the DD Form 254 (Attachment 0001) for security requirements. For Export Controlled information, 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 information with foreign subcontractors. A.5.4 Assertion of Restrictions: The offeror shall include in its proposal submission an Assertions of Restrictions IAW DFARS 252.227-7017 and Attachment 0033 identifying , each of the following: Non-Commercial Technical Data, Non-Commercial Computer Software and Software Documentation, Commercial Technical Data, and Commercial Computer Software and Software Documentation. A.5.5 Offerors will have access to their respective test data throughout testing via Vision Digital Systems Library. A final Government test report will be provided to offerors after contract award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/78057cc79aea4a0087d410c6addfa46e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05659378-F 20200517/200516071017 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.