Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2024 SAM #8095
SOLICITATION NOTICE

15 -- Aerial Target Systems 3 - Formal Solicitation

Notice Date
1/24/2024 1:13:50 PM
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-24-R-0005
 
Response Due
1/31/2024 11:00:00 AM
 
Archive Date
02/15/2024
 
Point of Contact
Thomas Halverson, Phone: 407-208-5654, William Jensen, Phone: 407-208-3311
 
E-Mail Address
thomas.l.halverson.civ@army.mil, william.r.jensen1.civ@mail.mil
(thomas.l.halverson.civ@army.mil, william.r.jensen1.civ@mail.mil)
 
Description
Amendment 0003 The purpose of Amendment 0003 to Solicitation W900KK-24-R-0005 is to provide responses to the additional questions from industry that were received and to update the solicitation as a result. The following changes were made: 1. Updated Section J - List of Documents, Exhibits and Other Attachments, with the following changes:a revised Attachment 03 � Cost-Pricing Workbook, dated 23 JAN 2024 (Amend 0003), a revised Attachment 07 � Cross-Reference Matrix, dated 23 JAN 2024 (Amend 0003), and a revised Attachment 16 � Industry Questions and Answers, dated 23 JAN 2024 (Amend 0003). 2. As a result of questions from industry, changes were made to the following paragraphs of Section L � Proposal Instructions: L.4.1.1(a)(iii). 3. As a result of questions from industry, changes were made to the following paragraphs of Section M � Evaluation Factors for Award: M.7.1.1(a)(iii). All other terms and conditions of the solicitation remain unchanged. The proposal due date remains 1400 EST on 31 JAN 2024. Prospective Offerors are reminded signed SF 30s shall be submitted with your proposal acknowledging the amendments. End of Amendment 0003 ________________________________________________________________________________________________________ Amendment 0002 The purpose of Amendment 0002 to Solicitation W900KK-24-R-0005 is to provide responses to the questions from industry that were received by the prescribed due date/time and to update the solicitation as a result. The following changes were made: 1. Updated Section J - List of Documents, Exhibits and Other Attachments, with the following changes: a revised Exhibit A - Contract Data Requirements List, dated 18 JAN 2024, a revised Attachment 01 � Statement of Work, dated 18 JAN 2024, a revised Attachment 03 � Cost-Pricing Workbook, dated 18 JAN 2024, removed Attachment 06 - DFAR 252.215-7009 Proposal Adequacy Checklist, a revised Attachment 07 � Cross-Reference Matrix, dated 18 JAN 2024, changed Attachment 08 to correctly reflect Property Management System, a revised Attachment 11 � Past Performance Questionnaire Cover Letter, dated 18 JAN 2024, added Attachment 15 � Property Management Plan (PMP) Checklist and added Attachment 16 � Industry Questions and Answers, dated 18 JAN 2024. 2. As a result of questions from industry, changes were made to the following paragraphs of Section L � Proposal Instructions: L.2.3, L.2.7, L.3.1, L.4.1, L.4.1.2(a) (Sample Task A), L.4.1.3, L.4.1.3.3, L.4.1.3.4, L.5.1, L.5.5, L.6.1.6, L.6.1.9, L.8.5, L.8.10, L.8.12, L.8.13 and L.8.14. 3. As a result of questions from industry, changes were made to the following paragraphs of Section M � Evaluation Factors for Award: M.3.1, M.7.1.2(a) (Sample Task A), M.7.1.3, M.7.1.3.4, and M.8. All other terms and conditions of the solicitation remain unchanged. The proposal due date remains 1400 EST on 31 JAN 2024. Prospective Offerors are reminded signed SF 30s shall be submitted with your proposal acknowledging the amendments. End of Amendment 0002 ________________________________________________________________________________________________________ Amendment 0001 The purpose of Amendment 0001 to Solicitation W900KK-24-R-0005 is to extend the proposal due date to 1400 EST on 31 JAN 2024. Questions from industry have been received and are being processed. �Based on the volume and type of questions received, the Government is extending the proposal due date to 1400 EST on 31 JAN 2024. Amendment 0002 is anticipated to be issued on or about 17 JAN 2024 and will provide responses to the questions that were due back to the Government on 1400 EST 03 JAN 2024. End of Amendment 0001 ________________________________________________________________________________________________________ This notice serves as the official/final Aerial Target Systems 3 (ATS-3) Solicitation/Request for Proposal posting. All documents are the final Solicitation documents. Solicitation questions are due no later than 2:00 P.M. EST on 03 JAN 2024. Offeror proposals are due no later than 2:00 P.M. EST on 17 JAN 2024. All communications between Offerors and the Government pertaining to this ATS-3 solicitation, its attachments and all amendments shall be through the Procuring Contracting Officer (PCO) and the designated Contract Specialist (CS). U.S. Army Contracting Command - Orlando (ACC - ORL), on behalf of the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager Cyber, Test and Training (PM CT2), Threat Systems Management Office (TSMO) is soliciting proposals for the follow-on Aerial Target Systems 3 (ATS-3) requirement. This is the solicitation notice for this effort. The Solicitation is expected to result in the award of a five-year Multiple Award Indefinite Delivery Indefinite Quantity (MA/IDIQ) contract to a number of qualified offerors. This synopsis publication satisfies the requirement at FAR Part 5.2 and constitutes the Government's Notice of Intent to solicit proposals for the upcoming Aerial Target Systems 3 (ATS-3) requirement. The objective of the ATS-3 MA/IDIQ is to provide all types of aerial target systems for the US Army, other Department of Defense (DOD) customers, and foreign clients. Additionally, TSMO maintains an unmanned aerial system (UAS) and cellular capability charged with accurately representing and operating a contemporary threat for U.S. Army training and test events globally. Efforts to accomplish these missions include acquisition of aerial targets, aerial target subsystems, ground support equipment and spares, flight operations, training, and planning; and modification to existing aerial target systems to meet evolving requirements for research and development, test, and training support. The term �aerial target systems� includes unmanned aerial targets, unmanned aerial systems, subsystems, components, and other aerial systems and equipment that can be used to replicate aerial threats for use in research, development, test and evaluation and training environments.� These systems may be controlled using traditional ground control stations, cellular communication networks, or may operate autonomously. The attached Statement of Work (SOW) establishes the general requirements for Research, Development, Test and Evaluation (RDT&E), Commercial off-the-shelf (COTS) and non-commercial materials, technical flight, engineering and field support, and logistical and technical support for aerial target programs managed by the TSMO. Research, design, development, production, technical flight, engineering and field support, and technical and logistical support are required for aerial target systems, aerial target subsystems, and components located within the aerial target as well as ground support equipment and control/testing systems external to the aerial target. The anticipated final award date of the MA/IDIQ contract(s) resulting from the pending solicitation is slated to be in Q4 of FY 2024. Questions or comments can be addressed to the Contract Specialist, Mr. Thomas Halverson, ACC-Orlando at thomas.l.halverson.civ@army.mil AND to the Contracting Officer, Mr. William Jensen, ACC-Orlando, at william.r.jensen1.civ@army.mil at the date/time listed above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/97e84b9140df46f383cb782f7284790a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06943931-F 20240126/240124230041 (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.