Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 05, 2018 FBO #5887
MODIFICATION

66 -- W31P4Q-18-R-0029 (Formerly W31P4Q-17-R-0017-1) Version 4 Rugged (MSD-V4) and Maintenance Support Device Version 4 - Semi Rugged (MSD-V4S - Amendment 1

Notice Date
1/3/2018
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-18-R-0029
 
Archive Date
1/24/2018
 
Point of Contact
Patricia Ann Adams, Phone: 256-955-5852, Martha C. White, Phone: 256-955-5806
 
E-Mail Address
patricia.a.adams.civ@mail.mil, martha.c.white8.civ@mail.mil
(patricia.a.adams.civ@mail.mil, martha.c.white8.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This document replaces the Draft Detail Specification Section J-Attach 1 Specs Rev 2016-07-29.pdf with MSD-V4RS Specification 2018-01-03.pdf. This document replaces DRAFT Section C- Stmt of Work Rev 2016-07-28.pdf with MSD-V4R & S SOW (2018-01-03).pdf. The purpose of this Amendment 01 to special notice for release of the "DRAFT REQUEST FOR PROPOSAL (RFP)" W31P4Q-18-R-0029 (Formerly W31P4Q-17-R-0017. Rugged (MSD-V4) and Maintenance Support Device Version 4 - Semi Rugged (MSD-V4S, Version 4 the next generation, dated December 26, 2017. Is to do the following: 1) Add a general mail box usarmy.redstone.acc.mbx.acc-rsa-w31p4q-18-r-0029-msd@mail.mil where all potential offerors SHALL submit all current questions and/or comments posting directly to the provided link and to change the comment and/question due date from no later than 2 January 2010 @3pm CST, to no later than 8 January 2017 @3pm CST, 2) To remove all reference to VATEP language from all referenced documents. Specifically, " The Goverment will use the value adjusted total evaluated price (VATEP) tradeoff process that identifies an affordability cap for specific enhanced characteristics (as identified in the system specifications) that a potential offeror must not exceed in order to be considered eligible for contract award. No proposal, no matter how highly ratred under the non-Cost/Price Factors, will be considered for award if unaffordable and do not meet the affordability cap. In making this assessment, the Source Selection Authority will consider all factors and their relative order of importance"., Section M page 177 of the MSD-V4R DRAFT - W31P4Q-18-R-0029 - 26 DEC2017. PDF Document. 3) To Delete and Replace the Draft Detail Specification Section J-Attach 1 Specs Rev 2016-07-29.pdf and DRAFT Section C- Stmt of Work Rev 2016-07-28.pdf respectively with MSD-V4RS Specification 2018-01-03.pdf and MSD-V4R & S SOW (2018-01-03).pdf. Oral Communication(s) will not be accepted in response to this notice. All questions and/or comments are due no later than 9 January 2018 @ 3.p.m. CST. The Government will not address comments and/questions after the closing date of this announcement. The Government highly encourages potential offeror(s) to submit questions and/or comments no later than 8 January 2017 @3pm CST, to ensure a written Government response. The Government reserves the right to omit a written respond to any questions and/or comments received after the date stated above, in an effort to reduce administrative burden promote proposal efficiencies. However, all comments and/or questions received prior to the close of this announcement will be reviewed by the Contracting Officer for relevance and/or consideration, which may be incorporated into the official RFP. Potential offeror(s) shall submit all comments and/or questions concerning this "Draft RFP" (technical and/or contractual) via the "Outlook mail box" usarmy.redstone.acc.mbx.acc-rsa-w31p4q-18-r-0029-msd@mail.mil. The Contracting Officer will respond to and/or consider only comments and/or questions submitted via the Outlook mail box" usarmy.redstone.acc.mbx.acc-rsa-w31p4q-18-r-0029-msd@mail.mil. Do not submit proprietary and/or sensitive information. The Contracting Officer will publish responses to questions/and or comments on/or before the date the official RFP is released. Potential Offeror(s) shall ensure all questions and/or comments are received by the Government on/before the closing date and are submitted via the "Outlook mail box" usarmy.redstone.acc.mbx.acc-rsa-w31p4q-18-r-0029-msd@mail.mil. To be considered. The Contracting Officer is the only individual permitted/authorized to respond to questions related to this procurement. Questions and/or comments submitted via any method other than identified in this notice is not authorized. The Point of Contact(s) for this notice are: Martha White, Contracting Officer, Email: Martha.c.white8.civ@mail.mil and Patricia Adams, Contract Specialist, Email: Patricia.a.adams.civ@mail.mil. The purpose of this special notice is to release the "DRAFT REQUEST FOR PROPOSAL (RFP)" W31P4Q-18-R-0029 (Formerly W31P4Q-17-R-0017-1). The Army Contracting Command -Redstone Arsenal (ACC-RSA), in support of the Office of Product Director, Test Measurement and Diagnostic Equipment (PD-TMDE) anticipates the procurement of Rugged (MSD-V4) and Maintenance Support Device Version 4 - Semi Rugged (MSD-V4S, Version 4 the next generation, general purpose standard At Platform Automatic Test System component of the Integrated Family of Test Equipment, to support the Army's maintenance mission. The Government anticipates release of the Official RFP on/or before February 28, 2018. Do not submit proposals in response to this notice. Proposal(s) received in response to this notice will be destroyed without evaluation. This "DRAFT RFP" is released in accordance with (IAW) FAR 15.201-Exchange with industry before receipt of proposals. The purpose a "Draft RFP" is to improve the understanding the Government requirement and industry capabilities, thereby allowing potential offeror(s) to judge whether or how they can satisfy the Government's requirements, and enhance the Government's ability to obtain quality supplies and services at a fair and reasonable price, increase efficiency in proposal preparation, proposal evaluation, negotiation and contract award. Comments and/or questions concerning any section(s) of the "Draft RFP" are highly encouraged. However, the Government specifically seeks questions and/or comments concerning SF 33-Solicitation section(s) B, C, L and M. General Contract Information: The contractor shall provide all labor, resources, expertise, facilities, and material necessary to satisfy the requirements of MSD-V4R and MSD-V4S Statement of Work (SOW), System Specification in order to produce, test, and deliver MSD-V4R and MSD-V4S Configuration and optional accessories. The work required by this contract shall be performed IAW the statement of work (SOW) and the attached system specification (MIS-DTL-58668). In the event of a conflict between this SOW and MIS-DTL-58668, the MIS-DTL-58668 shall take precedence. This requirement is a full and open competitive acquisition. The anticipated contract will be an Indefinite Delivery Indefinite Quantity, 5-year Firm Fixed Price contract. The anticipate period of performance is: one (1) base year and four (4) one year option year(s). The anticipated contract award will contain a minimum and maximum delivery quantity of: forty (40) MSD-V4R and forty (40) MSD-V4S, First Article Testing (FAT) units for a combine minimum estimated quantity of 80 units and a maximum combined estimated quantity of 31,306 units. Oral Communication(s) will not be accepted in response to this notice. All questions and/or comments are due no later than 9 January 2018 @ 3.p.m. CST. The Government will not address comments and/questions after the closing date of this announcement. The Government highly encourages potential offeror(s) to submit questions and/or comments no later than 2 January 2010 @3pm CST, to ensure a written Government response. The Government reserves the right to omit a written respond to any questions and/or comments received after the date stated above, in an effort to reduce administrative burden promote proposal efficiencies. However, all comments and/or questions received prior to the close of this announcement will be reviewed by the Contracting Officer for relevance and/or consideration, which may be incorporated into the official RFP. Potential offeror(s) shall submit all comments and/or questions concerning this "Draft RFP" (technical and/or contractual) via the "Post a New Question" feature on the Federal Business Opportunities (FBO) website: https://www.fbo.gov associated with this special notice. The Contracting Officer will respond to and/or consider only comments and/or questions submitted via the Government Point of Entry (https://www.fbo.gov). Do not submit proprietary and/or sensitive information. The Contracting Officer will publish responses to questions/and or comments on/or before the date the official RFP is released. Potential Offeror(s) shall ensure all questions and/or comments are received by the Government on/before the closing date and are submitted via the Government Point of Entry (https://www.fbo.gov) to be considered. The Contracting Officer is the only individual permitted/authorized to respond to questions related to this procurement. Questions and/or comments submitted via any method other than identified in this notice is not authorized. The Point of Contact(s) for this notice are: Martha White, Contracting Officer, Email: Martha.c.white8.civ@mail.mil and Patricia Adams, Contract Specialist, Email: Patricia.a.adams.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8738cadffe3655cd2384c356e3345f5f)
 
Place of Performance
Address: BLDG 5224 Von Braun III, Redstone, Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04779555-W 20180105/180103230745-8738cadffe3655cd2384c356e3345f5f (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.