Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2008 FBO #2586
SOLICITATION NOTICE

99 -- Non-Lethal Portable Vehicle Immobilization Device (NLPVID)

Notice Date
12/23/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-09-R-0102
 
Response Due
2/19/2009
 
Archive Date
3/21/2009
 
Point of Contact
Mark Zator, Contract Specialist, (973)724-8121<br />
 
Small Business Set-Aside
N/A
 
Description
The United States Army Joint Munitions & Lethality Life Cycle Management Command (JM&L LCMC) Acquisition Center, Picatinny Arsenal, New Jersey 07806- 5000, on behalf of the Project Manager for Close Combat Systems (PMCCS) has a requirement for a Non-lethal Portable Vehicle Immobilization Device (NLPVID) designed to capture wheeled vehicles attempting to gain unauthorized access to controlled or restricted areas. The system must be able to safely and reliably stop and capture a 7,500-pound wheeled vehicle traveling at speeds up to 45 mph with minimal damage to the vehicle and non-permanent injury to the seat-belted occupants. It must function with single and double lane applications and allow for free flow of traffic at traffic control points. The contractor shall fabricate, test, package and deliver the Non-lethal Portable Vehicle Immobilization Device (NLPVID) in accordance with the requirements delineated in the Statement of Work (SOW) and Performance Specification. This competitive acquisition is intended to be awarded as a result of a Request for Proposal (RFP). An integrated assessment will be made by the Source Selection Authority (SSA) from the results of the evaluation factors and sub-factors as set forth in Section M. Award will be made based on the best overall proposal that represent the best value to the Government, with appropriate consideration given to the Technical Capability, Management, Price, Past Performance Risk Assessment, and Small Disadvantaged Business (SDB) Participation. Pre-award surveys may be conducted. The Government reserves the right to make an award to other than the lowest price offeror or to other than the offeror with the highest color rating if the SSA determines that to do so would result in the best value to the Government. The Government intends to award an Indefinite Delivery Indefinite Quantity (ID/IQ) with a duration of five years and an estimated maximum contract value of $40,000,000. The required Delivery Schedule will be 20 NLPVIDs per month. It is anticipated that this solicitation will be posted on the US Army JM&L, LCMC Procurement Network website located a http://procnet.pica.army.mil and https://www.fbo.gov/. Be advised that this notice does not constitute an RFP. The RFP will be issued on or about 19 January 2009. The deadline for all proposals will be 30 days after issuance of the RFP. The points of contact for this action are Ms. Laura Magidson, laura.magidson@us.army.mil, (973)724-4769 and Mark Zator, mark.zator@us.army.mil, (973) 724-8121.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=177424e895b9506dc2c78755c2dd0f9d&tab=core&_cview=1)
 
Record
SN01723515-W 20081225/081223215555-177424e895b9506dc2c78755c2dd0f9d (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.