Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2021 SAM #7210
SOLICITATION NOTICE

A -- Third Generation Forward Looking Infrared (3GEN FLIR) Dewar Cooler Bench (DCB) Pre-Solicitation Notice

Notice Date
8/26/2021 6:40:47 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-ABERDEEN PROVING GROUNDS CONT C ALEXANDRIA VA 22331-0700 USA
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-21-R-C010
 
Response Due
9/9/2021 12:00:00 PM
 
Archive Date
09/24/2021
 
Point of Contact
Michael Sampson, Sabin Joseph
 
E-Mail Address
michael.a.sampson18.civ@mail.mil, sabin.a.joseph.civ@mail.mil
(michael.a.sampson18.civ@mail.mil, sabin.a.joseph.civ@mail.mil)
 
Description
Third Generation Forward Looking Infrared (3GEN FLIR) Low Rate Initial Production (LRIP) Dewar Cooler Bench (DCB) Program pre-solicitation Product Manager Ground Sensors (PM GS) has been tasked to conduct an acquisition to develop Low Rate Initial Production (LRIP) Dewar Cooler Benches (DCBs) on behalf of the US Army.� The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division intends to award up to two �C � General� type contracts to fulfill this requirement.� The resulting contracts will be hybrid Firm-Fixed-Price (FFP)/Cost Plus-Fixed-Fee (CPFF) contracts.� The FFP portion will cover the procurement of hardware and the CPFF portion will cover the technical & engineering, test, and logistics services.� The procurement action(s) will be competed on a Full and Open basis, with a projected award date in 3rd Quarter Fiscal Year (FY) 22.� The contract period of performance consists of a 48 month base period for engineering services which is required regardless of the hardware options procured.� The contract will additionally contain three options for DCB hardware procurement, dependent upon the availability of funds. The three options will consist of an option for Lot 1 or Lot 2 DCB Hardware with a 29 month period of performance (PoP) which includes a 13 month lead time for long-lead material receipt and build time, 4 months for First Article Test, and 12 months for delivery; a second option for Lot 3, Lot 4, Lot 5 or Lot 6 DCB Hardware with a 24 month PoP which also includes a 17 month lead time for material receipt and build time, and 7 months for delivery); and a third option for Lot 7 or Lot 8 DCB Hardware also with a 27 month PoP to include a 15 month lead time for material receipt and build time and 12 months for delivery). The first option for Lot 1 or Lot 2 DCB Hardware will be awarded approximately 8 months into the base period.� The second option for Lot 3, Lot 4, Lot 5 or Lot 6 DCB Hardware will be awarded approximately 20 months into the base period provided the option for Lot 1 or 2 DCB Hardware is successful and additional quantities are required.� The third option for Lot 7 or Lot 8 Hardware will be awarded approximately 8 months into the base period. The 3GEN FLIR is the next generation of Reconnaissance, Surveillance and Target Acquisition (RSTA) sights to restore sensor overmatch through significant improvements in range and resolution.� The 3GEN FLIR program incorporates High Definition (HD) dual band Mid-Wave Infrared and Long-Wave Infrared (MWIR/LWIR) sensing technology advances into a common B-Kit for RSTA capabilities in day-night and degraded battlefield environments. The 3GEN FLIR B-Kit provides the ability to detect threats at greater distances under a full spectrum of conflict and battlefield conditions. 3GEN FLIR enhances the platform's effectiveness and survivability by providing greater situational awareness promoting combat effectiveness and reducing fratricide. This contract will produce a common DCB for integration into the 3GEN FLIR B-Kit. DCBs manufactured under this contract will be provided as Government Furnished Property (GFP) to the B-Kit Contractor for integration into the B-Kit. This contract also includes options for providing DCBs for the Next Generation of Combat Vehicles (NGCV) Optionally Manned Fighting Vehicle (OMFV) variant. This procurement action will be competed on a Full and Open basis.� The North American Industry Classification Systems code (NAICS) for this effort is 334511, which has a size standard of $7.5M. Offeror�s must be registered with the System for Award Management (SAM) in accordance with FAR 52.204-7 and DFARS 252.204-7004. In addition, all Offerors must complete and submit the Certifications and Representations as set forth in FAR 52.212-3.� This can be accomplished through the following website: https://Beta.Sam.Gov. The estimated issue date for this RFP is on or about 10 September 2021. No telephonic inquiries will be entertained. This pre-solicitation notice in no way binds the Government into a commitment nor contract. The point of contact for this action is Sabin Joseph, at Sabin.A.Joseph.civ@mail.mil and Michael Sampson, at Michael.A.Sampson18.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/53f1620289244254babad41d3432b857/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06112353-F 20210828/210826230127 (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.