SPECIAL NOTICE
58 -- Movement Tracking System (MTS) 3 Down-Select Approach
- Notice Date
- 7/23/2010
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W91QUZ-10-R-MTS3D
- Archive Date
- 10/21/2010
- Point of Contact
- Andrew Chappell, (703) 325-1715
- E-Mail Address
-
ITEC4, NCR PARC (NCR-CC)
(andrew.chappell1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Comments are solicited from potential Offerors for the proposed contracting approach to be used in the re-competition of the Movement Tracking System (MTS) III acquisition. The purpose of this proposed method is to assure industry that the Government intends to conduct a fair, full and open competition to the maximum extent possible by allowing as many as possible responsible and responsive Offerors to compete. The National Capital Region Contracting Center (NCRCC) proposes to use a modified down-select approach to award a contract for the MTS requirement. It will consist of two phases that will use a multiple award contract vehicle for execution of the necessary actions, and ultimately result in the award of a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Phase I (Initial Award) A formal source selection process, in accordance with FAR Part 15, will be used to select potential Offerors for multiple award IDIQ contracts. The contract will contain a base period with four, one year option periods. The base period will consist of a single CLIN while the option year CLINs will contain work and production quantities to be ordered for the duration of the contract. The award of the basic contract will revolve around the selection of Offerors who best demonstrate the potential for their existing commercial system (one that is currently being used for commercial purposes, e.g. land, sea or air applications) or other suitable working system to be militarized* into a fully capable Movement Tracking System. The existing commercial or suitable working system will utilize or have the same or similar basic elements and characteristics of the MTS system such as, but not limited to, the ability to send and receive messages by satellite, active RFID capabilities, geo-location and other status reporting capabilities, demonstrate mapping, route planning and overlay capabilities. A live demonstration of a working system meeting the basic criteria (which may not be fully specified here) will be required for any further consideration. Phase II (Modified Down-Selection) A task order will be issued to all the multiple award holders at the start of the base period for the length of the base period (as yet undetermined, but comments invited) for a fixed amount (as yet undetermined, but comments invited) to satisfy the minimum guarantee. The task will be for the award holder to militarize his existing system. Limited Government Furnished Equipment (GFE) will be provided to aid in the militarization of the award holders existing system. The deliverables will consist of a proposal and a prototype of the militarized system. An evaluation of the deliverables against established criteria, the MTS specification and a test plan, will be conducted in accordance with FAR Part 16.5. The award holder whose proposal and prototype offers the best value to the Government will be awarded its first option year (exercise of option by modification), containing production quantities and other services for continuation of its contract. The other multiple award contract holders will not be issued a modification to exercise a first option year resulting in a down-select to a single award IDIQ contract. * Militarized, as used here, means the incorporation of any commercially available material, equipment and services, as well as any GFE, to enable the Offerors working system to comply with the full MTS specifications and capabilities. Specific comments are invited regarding: 1) This type of contracting approach 2) Given typical GFE consisting of universally compatible equipment (e.g. computer tablet, NGA mapping kit, GB-GRAM card), an estimated cost to militarize the Offerors existing working system and estimated length of time to do it No further details are available at this time and comments/questions about this approach are invited until 13 August 2010. There will be no responses to comments or questions. You may direct comments to: zun.z.lin@us.army.mil andrew.chappell1@us.army.mil cc: ed.charette@us.army.mil (Contracting Officer)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/be19ac569a9c594586d81f88a990d4d2)
- Record
- SN02216523-W 20100725/100723235700-be19ac569a9c594586d81f88a990d4d2 (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 |