COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31, 2000 PSA #2717
SOLICITATIONS
A -- ROBOTIC COMBAT SUPPORT SYSTEM
- Notice Date
- October 27, 2000
- Contracting Office
- U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- DAAH01-01-R-0002
- Response Due
- January 15, 2001
- Point of Contact
- Ms. Kellie Craig, Contract Specialist, 256-842-7636; Mrs. Patricia H. Phillips, Contracting Officer, 256-842-7436
- E-Mail Address
- click here to contact the contract specialist via (kellie.craig@redstone.army.mil)
- Description
- A -- The U.S. Army Unmanned Ground Vehicle/Systems Joint Project Office (UGV/S JPO) has a requirement for a Robotic Combat Support System (RCSS). The RCSS will provide the UGV/S JPO with anti-personnel mine neutralization, wire obstacle breaching, and smoke deployment remote controlled vehicle which will serve as a force multiplier. Offerors or subcontractors to offerors must possess a valid SECRET facility clearance for proposal submittal and performance. The U.S. Army Aviation and Missile Command is issuing this Request for Proposal DAAH01-01-R-0002 on a 100% Small Business Set-Aside competitive basis for the RCSS requirement. No foreign competition will be allowed. This RFP will be electronically available to all interested parties at https://wwwproc.redstone.army.mil/acquisition/, click on the Contracting Information System and then select Solicitation (PADDS) and enter RFP number DAAH01-01-R-0002. Technical reports, drawings, and reference documents will be made available upon request to Redstone Scientific Information Center, Bldg 4484, Redstone Arsenal, AL 35898. The unclassified information will be provided to U.S. contractors. The classified information along with the unclassified information will be provided to U.S. contractors upon validation of their facility clearance. The information will be provided via a compact disk. The procurement approach is award up to two small business contractors with different platform systems that provide the best value to the Government. The Program Definition Risk Reduction (PDRR) phase will consist of the development engineering, prototype development, risk reduction and Initial Verification Testing/Performance Testing (IVT). The two competing contractors selected during the initial source selection will deliver four (4) RCSS prototypes to a designated Government test site for evaluation. Prototype performance testing results will be used to support the Government technical evaluation at the end of PDRR to down select to one contractor to continue through Engineering, Manufacture, and Development (EMD) phase. The Government maintains the option to award to only one PDRR/EMD contract in the event the Government decides it is in its best interest after evaluating the proposal submittals. The single contractor PDRR option will mirror the dual contractor competitive PDRR and sole source EMD contract effort. A best value approach will be used in source selection. The competition will be conducted in two phases, with the first phase resulting in up to two contract awards to demonstrate competing RCSS system capabilities during PDRR. The second phase will result in the exercise of an EMD option for 6 RCSS units with one offeror. Unpriced options will be included in the RFP and will require the successful PDRR contractors to submit a proposal for the Unpriced EMD Options. The Phase II evaluation will consist of an in-depth analysis of the successful PDRR contractors' updated proposal for EMD in the technical and costs areas, performance risk analysis, and IVT. The results of IVT will be evaluated against the data submitted in Phase I as a validation of offerors' claims to satisfy the UGV/S JPO requirements. See Note 1.
- Record
- Loren Data Corp. 20001031/ASOL004.HTM (W-301 SN5053R5)
| A - Research and Development Index
|
Issue Index |
Created on October 27, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|