Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2022 SAM #7428
SOLICITATION NOTICE

A -- Test & Evaluation Technologies for Ranges, Armaments & Spectrum (TETRAS ) II

Notice Date
3/31/2022 12:34:07 PM
 
Notice Type
Presolicitation
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA2487 AFTC PZIE EGLIN AFB FL 32542-6886 USA
 
ZIP Code
32542-6886
 
Solicitation Number
FA248722RA002
 
Response Due
6/30/2022 12:00:00 PM
 
Archive Date
12/31/2022
 
Point of Contact
Angela Maher, Kenneth N. Clark
 
E-Mail Address
angela.maher@us.af.mil, kenneth.clark.27@us.af.mil
(angela.maher@us.af.mil, kenneth.clark.27@us.af.mil)
 
Description
This notice serves as a�pre-solicitation notice/procurement synopsis�as required by FAR Subpart 5.204 � Presolicitation Notice.� The Air Force Test Center (AFTC), Specialized Contracting Branch, (PZIE), 205 West D. Ave, Bldg. 350, Eglin AFB, FL, 32542, intends to issue a solicitation resulting in multiple awards for the Test & Evaluation Technologies for Ranges, Armaments, & Spectrum (TETRAS) II multiple award contract vehicle.� This notice of contract action does not constitute a solicitation, nor does it constitute a request for proposals. The primary objective of this acquisition is to provide the 96th Range Group and their customers the capability to meet the need to urgently develop and modify Test and Evaluation (T&E) systems and facilities and to support mandatory radio frequency (RF) spectrum transition plans as the test community employs technologies to ensure the performance of 5th generation weapons and cyber systems and begins the process of validating and transitioning to 6th generation technologies.� Testing modern weapons systems with rapidly changing technologies and tactics are inherent to defense programs.� The capability for rapid response, surge capacity, and flexibility to manage unforeseen events is a critical requirement to meet short lead-times and dynamic test requirements. This contract provides the capability to respond rapidly to customer test requirements that cannot be accomplished through the normal acquisition cycle, particularly when acquiring highly specialized hardware/software.� Implementing improvements and upgrades of test capability to support developmental test (DT) and operational test (OT) of C5ISR, munitions, and electronic combat systems and next generation operational environments is critical to the test mission and the warfighter. This procurement is being advertised as full and open. This procurement will use FAR part 15 Source Selection Procedures and the Government intends to award as many Indefinite-Delivery, Indefinite-Quantity (ID/IQ) contracts as possible, with respect to availability of funding, to the responsible offerors whose proposals, conforming to the RFP, will be most advantageous to the Government resulting in Lowest Price Technically Acceptable (LPTA), price and other factors considered. This is an IDIQ contract with pre-established ceiling rates.� The actual deliverables will be determined by the Contracting Officer who will issue written Delivery Orders (DOs) to the contractors. Award of DOs will be determined at the requirement level and will include, but not limited to �Firm-Fixed-Price (FFP), Fixed-Price w/ Economic Price Adjustment (FP-EPA), Fixed-Price Incentive (FPI), Cost-Plus-Award Fee (CPAF), Cost Plus Fixed Fee (CPFF), Cost Plus Incentive Fee (CPIF), and Cost Reimbursable (CR) contract types. �The work to be acquired under this effort is for diverse types of deliverables as discussed in the IDIQ Statement of Work (SOO). The North American Industry Classification System (NAICS) code is 336419 with a size standard of 1,000 employees.� Foreign participation is not authorized. The basic contract ordering period will be for five (5) years starting from date of contract award. �The estimated maximum dollar value for all contracts combined is $999,450,435. DO values will be based on future needs of the 96 TSSQ/RNXC and their customers.� The government makes no representation as to the number of DOs or actual amount of work to be ordered; however, during the term of the contract, a minimum of $1,000 is guaranteed to be ordered from each awardee, at the issuance of the TETRAS II contracts. �Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. �Selection for award will be based on evaluation of the following: Factor 1 � Technical � SOW Capabilities Sub Factor A: SOW Capabilities - Project/Program Management Sub Factor A: SOW Capabilities Area 1 � Design/Redesign Sub Factor A: SOW Capabilities Area 2 � Hardware Sub Factor A: SOW Capabilities Area 3 � Software Sub Factor A: SOW Capabilities Area 4 � Testing Factor 2 � Cost/Price� Oral Presentations of Technical Proposals will be conducted.� Award will be made to responsible, responsive offerors whose proposals are determined Technically Acceptable and offer the lowest price to the Government.�� The estimated date of issuing the RFP is Mid-April/Early May timeframe. This requirement was previously posted on SAM under FA2487-21-R-0006, to include a Source Sought Notice, Industry Day Slides and Minutes.� The solicitation number has CHANGED and is now FA248722RA002.� All future postings concerning this requirement will be posted from this point forward under FA248722RA002.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/df2fc2dd28bb43c9a9e4f91dde1d8a1d/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN06285379-F 20220402/220331230104 (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.