|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6,1997 PSA#1777US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 12 -- IMPROVED NIGHT/DAY OBSERVATION/FIRE CONTROL DEVICE (INOD) SOL
DAAB07-97-R-J534 DUE 041697 POC Point of Contact -- Jack Lillie,
Project Leader, 703-704-3059, Michael Tully, Contract Specialist,
908-532-5204. Contracting Officer -- Alex Matejka, 908-532-5207.
E-MAIL: Improved Night/Day Observation, tullym@doim6.monmouth.army.mil.
The CECOM Acquisition Center is soliciting proposals on a full and open
competitive basis from qualified organizations for Improved Night/Day
Fire Control/Observation Device (INOD). The INOD will provide the
Special Operations Forces (SOF) with an integrated day/night scope for
medium and heavy sniper rifles as well as strategic reconnaissance and
observation. The INOD will incorporate a third generation image
intensifier (I() tube with direct view capability. The device will
allow the sniper to view the day and night channels simultaneously
alleviating the necessity to flip between a day and night channel.
There will be two variants of the sight; a Medium INOD and a Large
INOD. The only difference between the two versions will be the
objective lenses. The current program schedule consists of two phases
of Engineering & Manufacturing Development (E&MD) beginning in FY97 and
ending in early FY99. A Single cost plus award fee type contract will
be awarded for the Engineering and Manufacturing Development phases.
Three Medium and three Large INOD prototypes will be developed during
the first E&MD phase. Developmental Test and Evaluation (DT&E) will
consist of test, analyze and fix (TAAF) at the completion of E&MD phase
I. The TAAF test items will be INOD prototypes which will allow early
assessment of the degree to which the critical technical issues can be
met. Representative user personnel will evaluate these early
prototypes and provide feedback for incorporation into the final
design. Six INOD prototypes of each size will be manufactured during
the second E&MD phase. OT&E will consist of a Limited User Test (LUT)
during this second E&MD phase. OT&E will be structured to support the
phased INOD development and Milestone III decision. The INOD optional
production phase (Fixed price production with options) is scheduled to
begin in FY99 and end in FY01 with FY02 as a production option year.
Anticipated production quantity is 1,908 systems. A draft acquisition
will be issued to CECOM's EBB and followed by a pre-solicitation
conference and one-on-one meetings between Government and industry. An
Electronic Bulletin Board (EBB) posting has been established for use
on this acquisition to facilitate transmittal of information between
Government and industry. Critical solicitation information, including
draft and final solicitation requirements and schedules will be
provided via EBB. Oral technical presentations will be used. Cost as an
Independent Variable (CAIV) principles will be utilized. Subcontracting
to small and small disadvantaged business will be a contract
requirement. Formal source selection procedures will be used to
evaluate and select the successful contractor. The source selection
decision will be made on a best value basis. The three factors to be
evaluated are Technical, Past Performance, and Cost. Offerors are
cautioned that an award may not necessarily be made to the lowest cost
offered. The U.S. Army Communications Electronics Command (CECOM) has
established an Electronic Bulletin Board (EBB) to provide electronic
transmittal of Request for Proposals (RFPs) and Invitations for Bids
(IFBs) from Government to Industry. All interested parties wishing to
do business with CECOM are invited to access, operate, send and receive
data from the CECOM EBB system. To become a user of the EBB, you will
need an identification code and password in addition to a computer
terminal equipped with the necessary hardware and software to interface
with the EBB system. A user's identification code and password will be
issued upon request along with instructions for downloading the EBB
User's Manual. All requests must include (1) company name, (2) point(s)
of contact name(s) and title(s), (3) return address(es) and (4)
telephone number(s). Please send your request in writing to ebb system
operator, U.S. Army CECOM, AMSEL-AC-SB-AA, Attn: EBB, Ft. Monmouth,
New Jersey 07703-5000. Fax #: (908)-532-6020; Commercial #:
(908)-532-3820. Contractors may request aperture cards and notice of
revision(s) via EBB, e-mail, or by written request to the Contracting
Officer at the address set forth in paragraph 11 above. Bids shall be
submitted in hard copy at the time and place specified in the
solicitation. No bid responses shall be submitted to the Contracting
Office. (0035) Loren Data Corp. http://www.ld.com (SYN# 0185 19970206\12-0001.SOL)
12 - Fire Control Equipment Index Page
|
|