Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2012 FBO #3822
SOLICITATION NOTICE

58 -- Release of Synopsis for iCREW

Notice Date
5/10/2012
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T12RC500
 
Response Due
5/24/2012
 
Archive Date
7/23/2012
 
Point of Contact
Yadira Colon, 443-000-000
 
E-Mail Address
ACC-APG - Aberdeen Division B
(yadira.i.colon.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is published for informational purposes only. No response to this posting is required. Army Contracting Command- Aberdeen Proving Ground (ACC-APG) intends to solicit a base requirement for up to 3,900 each Individual Counter Radio Control Improvised Explosive Device (RCIED) Electronic Warfare System (iCREW), along with operator manuals. The system is intended to be worn by an individual soldier and provide a small zone of protection from IEDs to only that individual soldier, in a dismounted mode of operation. The iCREW system is a new requirement in the Central Command (CENTCOM) and the Operation Enduring Freedom (OEF) Area of Responsibility (AOR). The Government requirement is for the delivery of a non-developmental, production-ready system to meet current urgent requirements in the AOR. Use of the iCREW system may be extended to other AORs based on operational need. To meet theater requirements, all systems must be delivered to the Government not later than May 2013. All of the technical threshold requirements the system must meet are contained in the Classified Performance Baseline Specification (PBS) dated May 2, 2012. NOTE: Based on feedback received from both Industry and Theater, this PBS has been modified from that one previously provided in preparation for the March 28, 2012 iCREW Industry Day. The iCREW procurement will be competitively-solicited using the Two-Step Sealed Bidding method in accordance with FAR Subpart 14.5. As set forth at FAR Subpart 14.5, Step one consists of the request for, submission, evaluation, and (if necessary) discussion of a technical proposal. No pricing is involved. The objective is to determine the acceptability of the supplies or services offered. As used in this context, the word "technical" has a broad connotation and includes, among other things, the engineering approach, special manufacturing processes, and special testing techniques. It is the proper step for clarification of questions relating to technical requirements. Conformity to the technical requirements is resolved in this step, but not responsibility as defined in 9.1. Step two involves the submission of sealed priced bids by those who submitted acceptable technical proposals in step one. Bids submitted in step two are evaluated and the awards made in accordance with Subparts 14.3 and 14.4. The Government intends to issue a firm-fixed-price type contract. This is a one time buy. The solicitation number for Step One assigned to this effort is W15P7T-12-R-C500 and will be issued on or about June 4, 2012. Step Two will be issued on or about July/August 2012. The NAICS code for this procurement is 334511. Any interested offerors are invited to access the Army Single Face to Industry (ASFI) at https://acquisition.army.mil/asfi?ASFI_FAQ.cfm. Upon accessing this webpage look for the tab titled "ASFI for Industry". Under the "ASFI for Industry" tab you will be able to check for business opportunities by clicking on the contract opportunities search link and receive notifications by clicking on the Vendor notification Service Link. Vendors cannot submit responses via the Vendor Bid History. Vendors can only view "high level" information regarding the response. No registration is needed for a Vendor to browse for business opportunities. For a Vendor to receive notifications he merely needs to provide a company Commercial and Government Entity (CAGE) Code and E-Mail address. To submit a response a Vendor must provide the CAGE Code and Marketing Partner Identification Number (MPIN). Your company must be registered and current in the Central Contractor Register (CCR) in order to submit proposals on ASFI. Please be advised that hard copies of the solicitation will not be made available. You must download solicitation documents from the ASFI. Instructions on how to use ASFI to include receiving notification, submitting, and uploading proposals, formatting, and system requirements are provided at https://acquisition.army.mil/asfi?ASFI_FAQ.cfm. For technical ASFI assistance please e-mail the help desk at ASFI@conus.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9fd7aed04e4957ce16801294942b499b)
 
Place of Performance
Address: ACC-APG - Aberdeen Division C HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02744388-W 20120512/120510235038-9fd7aed04e4957ce16801294942b499b (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.