SPECIAL NOTICE
25 -- Draft RFP-Common Aviation Command and Control System (CAC2S) - Draft RFP
- Notice Date
- 3/25/2016
- Notice Type
- Special Notice
- NAICS
- 332322
— Sheet Metal Work Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
- ZIP Code
- 22134
- Solicitation Number
- M67854-16-R-0202
- Archive Date
- 5/25/2016
- Point of Contact
- Janel C. Wallace, Phone: 7034324369, Mohamed Elmi, Phone: 7034323233
- E-Mail Address
-
janel.wallace@usmc.mil, mohamed.elmi@usmc.mil
(janel.wallace@usmc.mil, mohamed.elmi@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 12-DD FM 254 Attachment 1-Government Furnished Property List B CDRLS-Management A CDRLS-Engineering Draft RFP This notice is a follow on to the Industry Day Notice (M67854-15-R-0218) posted on 10 April 2015. The Program Executive Officer, Land Systems Marine Corps (PEO-LS) Air Command and Control Sensor Netting (AC2SN) has a requirement to procure, manufacture, assemble and test Full Deployment Units (FDUs) of the Common Aviation Command and Control System (CAC2S) Air Command and Control Subsystem (AC2S). This is a build to print requirement that includes the associated production management, systems engineering, testing, and logistics requirements. The Contractor selected will build these items in accordance with the provided Technical Data Package (TDP) for the required quantity of AC2S AN/TSQ-297V(1), AN/TSQ-297V(2) and AN/TSQ-297V(3) System Configurations. The Contractor selected will deliver FDUs consisting of manufactured items, Government Furnished Equipment and Commercial Off-the-Shelf (COTS) items. The FDUs to be delivered will be tested in accordance with Government approved test plans. Manufacturing Acceptance and Government System Final Acceptance Testing will take place at the selected Contractor's facility. The selected Contractor will deliver Initial Spares in accordance with the procedures specified in the resulting contract. The contract will include a requirement for First Article Test in the event a non-incumbent contractor is selected for award. The contract type is Firm Fixed Price for First Article Test, FDUs, CDRLs and Initial Spares requirements and Cost CLINs reserved for System Engineering and Government Furnished Property Repair. The total quantity of FDUs expected in the event all contract options are exercised is forty-one (41). Thirty-three (33) FDUs will be in the AN/TSQ-297V(1) configuration; three (3) FDUs will be in the AN/TSQ-297V(2) configuration and five (5) FDUs will be in the AN/TSQ-297V(3) configuration. The order of FDU configuration manufacture is provided within the solicitation. If all options are exercised, the total contract period of performance will be approximately three (3) years and nine (9) months. This notice is for information and planning purpose only and does not contain the final Request for Proposal(RFP). The Government intends on releasing a final RFP in the Q3 FY16 for a full and open competition, under the authority of 10 USC 2304(a) and in accordance with Federal Acquisition Regulation (FAR) Part 15, after all comments from this notice have been received, reviewed and considered. All unclassified comments and/or questions regarding this draft RFP shall be submitted to the PCO in writing via e-mail to mohamed.elmi@usmc.mil utilizing the draft RFP Question/Answer Matrix included in this posting. All unclassified comments and/or questions will be due not later than thirty (30 days) from the posting date. Any subsequent procurement notifications will be posted on the Federal Business Opportunities (FBO) website at https://www.fbo.gov/. All interested offeror(s) are encouraged to register on the FBO website to receive email notifications when information related to this acquisition is updated, or documents related to this acquisition are issued and available for download. The Government requests that all interested parties ensure that they are listed on the "Interested Vendors List" in FBO. As a rule, the Government will not send notifications directly to interested offeror(s), and it is recommended that the interested offeror(s) periodically check this website for updates. It is recommended that interested offerors check this website frequently for any updates. This draft RFP does NOT constitute a Request for Proposal (RFP) nor a promise to issue an RFP in the future. This draft RFP does not commit the United States Government (USG) to contract for any supply or service. Further, the USG is not seeking proposals at this time and will not accept unsolicited proposals. Contractors are advised the USG will not pay for any information or administrative costs incurred in response to this draft RFP. The information provided in the draft RFP is subject to change and is not binding on the USG. The USG has not made a commitment to procure any of the items discussed and the release of this draft RFP should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become USG property and will not be returned. The attached draft solicitation includes all Contract Data Requirements Lists, the Contract Security Classification Specification-DD FM 254, and the Government Furnished Property List. Interested Offerors must formally request all other attachments within this solicitation via e-mail to the PCO <mohamed.elmi@usmc.mil> with the subject line "M67854-16-R-0202 Request for Attachments." Additionally, Offerors shall provide their company name and cage code with their requests. All attachments provided must be returned by the Offeror not later than 30 days after draft RFP comments are due. Communications regarding this notice must come through the Contracting Officer, Mr. Mohamed Elmi at mohamed.elmi@usmc.mil with cc copy to the Contract Specialist, Ms. Janel Wallace at janel.wallace@usmc.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-16-R-0202/listing.html)
- Record
- SN04062924-W 20160327/160325234302-e0fcf0b0a9757d1d9944d2746074a617 (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 |