MODIFICATION
58 -- Airborne and Maritime / Fixed Station (AMF) Small Airborne Link 16 Terminal (SALT)
- Notice Date
- 1/17/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment 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
- W15P7T14R5002
- Archive Date
- 4/17/2014
- Point of Contact
- Donald W. Morgan, 443-861-4628
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(donald.w.morgan3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Special Notice for the U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) relating to Solicitation No. W15P7T-14-R-5002, which serves as a notice to industry concerning procurement of Non-Developmental Item (NDI) products to meet the requirements of the Small Airborne Link 16 Terminal (SALT) system for Army Aviation. SALT is intended as a two-channel software-defined, National Security Agency (NSA) Type 1 radio, consisting of Link 16 and Soldier Radio Waveform (SRW). The Government will not consider developmental products, as market research has verified that the SALT requirements can be met using only NDI or modified NDI products. For purposes of conducting source selection testing, the Offeror shall be required to provide at least three (3), but not to exceed five (5) production representative SALT units (e.g., radio, power amplifier(s) and components) at the same date and time when the Offeror proposal is due. The production representative SALT units shall be configured to meet the requirements in the SALT Performance Requirements Document (PRD), plus any other equipment, operator training and documentation (e.g., up to two (2) days of operator training/equipment checkout at the Government SPAWAR Systems Center - Pacific labs; tamper, safety, and operation warnings; cables, cable drawings, Interface Control Documents (ICDs), remote controls) needed to interface to and facilitate the evaluation. After contract award, a total of thirty (30) production representative SALT radios will be required for Government RDT&E activities (e.g., production qualification testing; reliability testing; waveform standards conformance testing and initial helicopter platform integration and SIL activities), with hardware deliveries to commence no later than sixty (60) days after contract award. The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is providing a draft of the solicitation for the Small Airborne Link 16 Terminal (SALT) for review and comment by industry. ACC-APG intends to host face-to-face meetings with industry sources in approximately two weeks from the date of this posting, and the details of the meetings will be posted by amendment to this notice. ACC-APG is particularly interested in receiving comments and questions from industry as early as possible to facilitate consideration of items prior to issuance of a formal solicitation. Industry sources are directed to review the Draft RFP for additional important information. The Government will not consider developmental products, as market research has verified that the SANR requirements can be met using only NDI or modified NDI products. The anticipated date for release of the formal RFP is approximately forty-five (45) days after release of the draft RFP, but this date may be subject to change. A separate notice for the formal RFP will be posted with response dates and instructions as applicable to this solicitation. The Government's intent is to solicit and award, via full and open competition, a single Firm Fixed Price/Cost Plus Fixed Fee hybrid type contracts with a One- Year base period and three (3) One-Year option periods for delivery of the Low Rate Initial Production (LRIP) and Full Rate Production (FRP) quantities of SALT systems, spares, and associated services. It is the Government's intent to award a contract in a manner that results in the best value to Government using a trade off process. Based on market research, the Government is not utilizing Federal Acquisition Regulation (FAR) Part 12. The above discussed intent is subject to change. If your company is interested in this planned procurement, then it is advised that you monitor the Federal Business Opportunities (FBO) website at HTTP://WWW.FBO.GOV. Formal communications related to this acquisition shall be submitted by email to rachel.p.bogner.civ@mail.mil or donald.w.morgan3.civ@mail.mil. No telephone requests will be accepted. All communications SHALL be submitted ONLY in writing AND directly to the email addresses identified above. Contractors shall not contact any other Government Personnel other than the person identified above. Contacting any Government personnel other than the individual identified above could result in an organizational conflict of interest (OCI) and could result in an offeror being excluded from competition and/or award. All proprietary and restricted information shall be clearly marked. Any documentation provided will not be returned. No Classified information shall be submitted in response to this notice. This notice is issued solely for information and planning purposes - it does not constitute an RFP or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future RFP, if issued. If an RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responder to monitor these sites for additional information pertaining to this requirement. Responses should be in MS Office 2007 or Adobe PDF formats. If a zip file will be used to transmit the information, please contact the Contracting Officer in advance to coordinate the process, as files with a.zip extension will be blocked from delivery via e-mail. E-mail messages must be less than 10 MB in size. If larger files are submitted, they must be broken into separate messages. No telephone requests will be accepted. CHANGE 2 : DUE TO FILE SIZE UPLOAD LIMITATIONS THE DRAFT RFP DOCUMENT WAS NOT INCLUDED IN THE ORIGINAL POSTING OF THE DRAFT RFP, BUT IS INCLUDED WITH THIS CHANGE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e02ca037d4aeb68ee1d2d8a56f2756b5)
- Record
- SN03269999-W 20140119/140117233853-e02ca037d4aeb68ee1d2d8a56f2756b5 (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 |