SOLICITATION NOTICE
69 -- Kenya Multiple Integrated Laser Engagement System (MILES) Individual Weapon System (IWS) [Foreign Military Sales (FMS) Fiscal Year 20 (FY20) Building Partner Capacity (BPC) Requirement]
- Notice Date
- 7/8/2020 2:30:34 PM
- Notice Type
- Presolicitation
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-20-R-0066
- Response Due
- 7/24/2020 12:00:00 PM
- Archive Date
- 08/08/2020
- Point of Contact
- Dana D. Graham, Phone: 4072083429, Carla Lopez-Pacheco, Phone: 4072083228
- E-Mail Address
-
dana.d.graham2.civ@mail.mil, carla.lopez-pacheco.civ@mail.mil
(dana.d.graham2.civ@mail.mil, carla.lopez-pacheco.civ@mail.mil)
- Description
- Purpose:� The purpose of this announcement is to provide notification to industry, at least 15 days before issuance of a solicitation, in accordance with FAR Part 5.203.� The following technical documents are released for industry review and input, to assist with the need of an expedited solicitation response date to meet the required award date:�� Attachment 1, Statement of Work (SOW), SOW-2019-053 dated 08 June 2020, Attachment 2, Appendix A, MILES Hardware List, Attachment 3, Performance Specification PRF-(PT-00434B) for the Multiple Integrated Laser Engagement System (MILES) Individual Weapon System (IWS), dated 26 March 2010, and Attachment 4, Contract Data Requirement Lists (CDRLs) � Anticipated Contract Type:� Firm-Fixed Price Contract Anticipated Award Date:� 30 September 2020 Period of Performance:� 24 months After Delivery of Contract (ADC) Requirement Description:� This is a Fiscal Year 20 (FY20) Foreign Military Sales (FMS) Building Partner Capacity (BPC) requirement.� The funds available for this requirement expires on 30 September 2020, therefore the resultant contract will be awarded no later than 11:59PM EST on 30 September 2020.� Program Description:� The U.S. Army Contracting Command- Orlando (ACC-ORL) has a requirement for the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), International Program Office (IPO), to procure Multiple Integrated Laser Engagement System (MILES) Individual Weapon System (IWS) equipment and support.� The Contractor shall produce, integrate, test, deliver, and install the MILES IWS and associated support equipment, spare parts, repair parts, special tools and test equipment (ST&TE), and perform New Equipment Training (NET) and Level III Maintenance Training.� The MILES IWS associated support equipment consists of specified quantities of M4A1 Rifle MILES IWS Kits (includes halo, harness, and Small Arms Trainer), MILES Controller Guns, MILES Alignment Device, and MILES After-Action Review Ruggedized Laptop.� The MILES IWS and associated support equipment shall be a U.S. Army system tested, approved, previously fielded, and compliant with specification PRF-PT-00434B Performance Specification for MILES IWS dated 26 March 2010.� Twelve (12) months of coverage for defects of materials and workmanship shall be included. Solicitation Publicizing and Response Time:� The resultant solicitation will be open for 15 calendar days from the date the solicitation notice appears on the Government Point of Entry (GPE). Planned Acquisition Strategy: This requirement will be acquired on a Full and Open Competition competitive basis utilizing the �Best Value-Lowest Price Technically Acceptable� (BV-LPTA) evaluation process in accordance with Federal Acquisition Regulation (FAR) Part 15.101-2 Best Value-Best Value-Lowest Price Technically Acceptable source selection process.� A single award of a �C� Type Firm Fixed Price (FFP) contract is anticipated. Award will be made to the best overall proposal that is determined to be the most beneficial to the Government. The award will be made to the responsible offeror whose proposal is evaluated and determined the BV-LPTA. Proposals received will be evaluated first for submission compliance. Proposals received will be reviewed to determine lowest price proposed; if among the proposals received the lowest priced one is determined to be technically acceptable, no further evaluations will be performed. If the lowest priced proposal is determined to be not-technically acceptable, the next lowest price proposal will be then evaluated for technical acceptability, and so forth. Similarly, a Cost/Price analysis will not be performed for that proposal deemed Technically Unacceptable, or not evaluated under this process. All offerors will receive a written notification of the BV-LPTA award, with the selected proposal price and rating as it compares to the respective offeror's not-selected proposal submitted. Questions/Comments:� Questions and/or comments regarding this requirement shall be electronically submitted to the Contract Specialists, Ms. Carla Lopez-Pacheco via email (carla.lopez-pacheco.civ@mail.mil) and Ms. Erica Numa via email (erica.n.numa.civ@mail.mil) no later than the response date and time.� Late responses may not be answered but will be accepted. DISCLAIMER: THIS SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/981d545e98664e55a895b72d9ff9fe50/view)
- Place of Performance
- Address: KEN
- Country: KEN
- Country: KEN
- Record
- SN05715246-F 20200710/200708230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |