|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1999 PSA#2486U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488,
Redstone Arsenal, AL 35898-5280 A -- COMPETITIVE ENGINEERING MANUFACTURING AND DEVELOPMENT OF THE TOW
FIRE AND FORGET (F&F) SYSTEM SOL DAAH01-00-R-0004 DUE 021500 POC
Felicia Jones, Contract Specialist, AMSAM-AC-TM-T, 256-842-7140, Sandra
Byars-Smith, Contracting Officer, AMSAM-AC-TM-T, 876-4201 Paragraph 1)
The purpose of the notice is to announce the release of a request for
proposal (RFP) for the engineering and manufacturing development (EMD)
of the Tube-Launched Optically-Tracked Wire-Guided (TOW) Fire and
Forget (F&F) system. The TOW F&F system is the next generation missile
system for existing U.S. Army TOW Improved Target Acquisition System
(ITAS) platforms. The TOW F&F system will be comprised of the missile
system (encased TOW F&F missile, appliqu kits, shipping and storage
container) and modification to existing ITAS Training devices.
Paragraph 2) A competitive selection will be made based on formal
source selection criteria and procedures. Subcontracting opportunities
must be arranged between primes and potential subcontractors. The TOW
F&F EMD program will require a development effort in certain critical
technologies/data that are not releasable to foreign firms, therefore
participation at the prime level is restricted to wholly owned U.S.
firms who possess a U.S. facility clearance with technologies/data
safeguarding capabilities, inclusive of the authority to receive
critical technology and/or data required to execute a TOW F&F EMD
program and subsequent product improvements. Any contractor teaming or
licensing agreements between U.S. firms and foreign firms shall be in
accordance with current U.S. export laws, security requirements, and
National Disclosure Policy. The U.S. Government will provide foreign
disclosure guidance to the U.S. firms. Future foreign co-production of
the system to the extent consistent with National Disclosure Policy
may be required by the U.S. Government to promote rationalization,
standardization, and interoperability (RSI) objectives.Paragraph 3) The
RFP, Sections (A-M) will be available on the internet at the following
address: https://wwwproc.redstone.army.mil/acquisition. After reaching
this site, select "Contracting Information System" from the menu.
Follow the instuctions to obtain access to the solicitation. U. S.
contractorsmay request unclassified attachments/exhibits for this
solicitation by e-mail. Please make your requst by e-mailing Felicia
Jones at fjones@redstone.army.mil. You are encouraged to request return
receipt to ensure that your request was delivered. Paragraph 4) The TOW
F&F RFP contains both classified and unclassified data and data whose
export is restricted by the Arms Export Control Act (Title 22, U.S.C
Sec 2751 et seq) or the Export Administration Act (Title 50, U.S.C. APP
2401-2402). U.S. contractors are to include their cage code and
classified mailing address with each written request to receive the
classified portion of the RFP to U. S. Army AMCOM, AMSAM-AC-TM-T, ATTN:
Felicia Jons, Redstone Arsenal, AL 35898-5280. Foreign industry,
non-U.S. citizens, or foreign representative desiring a copy of the
unclassified portion of the RFP, must submit an official request for
information through their respective embassy, Washington D.C., to HQDA,
ATTN: DAMI-IR. Each foreign request will be adjudicated on a case by
case basis and participation is not guaranteed. No telephone inquiries
will be accepted. Paragraph 5) A reading room will open concurrently
with the release of the RFP and is located in the Redstone Scientific
and Information Center (RSIC), building 4484, Redstone Arsenal,
Alabama. The TOW F&F Reading Room will be open and available for 3 hour
intervals from 1230-1530 on Mondays, and 0830-1130 and 1230 1530,
Tuesday through Thursday, except federal holidays. The Reading Room
will also be closed December 27-30, 1999. The reading room will open
and close promptly. No briefcases, tape recorders, cameras or
reproduction equipment will be allowed. RSIC staff member will provide
a copying machine and paper to make copies of documents limited to (1)
one copy per document. Standard RSIC procedures for copying and
transporting of classified material will be followed. The TOW F&F
reading room will contain both classified and unclassified data and
data whose export is restricted by the Arms Export ControlAct (Title
22, U.S.C Sec 2751 et seq) or the Export Administration Act (Title 50,
U.S.C. APP 2401-2402). Any U.S. citizen representing any U.S. entity
may review the unclassified information by submitting a visit request
providing the necessary information to verify the
company's/individual's security clearance to Ms Felicia Jones (FAX
286-842-7146) prior to a contractor's visit. Foreign access to the TOW
F&F Reading Room will be authorized only after an official request for
visit has been approved. Foreign visit requests are submitted through
respective embassies to HQDA, Attn: DAMI-IR or in accordance with
procedures set forth in the Industrial Security Regulation. The foreign
visit must state that visitors are authorized to make copies of the
releasable portions of the documents. Requests received in any other
manner will not be honored. Upon approval by the Government,
appointments can be scheduled with RSIC by calling Ms. Gwen Wallace at
256-842-8446. Posted 11/29/99 (W-SN404154). (0333) Loren Data Corp. http://www.ld.com (SYN# 0001 19991201\A-0001.SOL)
A - Research and Development Index Page
|
|