MODIFICATION
58 -- Revised Synopsis for EQ-36 Full Rate Production
- Notice Date
- 6/8/2011
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-11-R-T201
- Response Due
- 8/1/2011
- Archive Date
- 9/30/2011
- Point of Contact
- Joshua Harvey, 443-861-4893
- E-Mail Address
-
ACC-APG (C4ISR)
(joshua.harvey10@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Counterfire Target Acquisition Radar Full Rate Production (FRP) Synopsis Contracting Office: Army Contracting Command - Aberdeen Proving Ground (ACC-APG) APG -4 PEO IEW&S, Sector C Bldg 6001 Aberdeen Proving Ground, MD 21005 Proposed Solicitation #: W15P7T-11-R-T201 Closing Response Date: 1 August 2011 POC/Contracting Officer: Mark C. West Est. Dollar Value: $940M Contract Place of Performance: TBD Set-Aside Status: Full & Open Competition NAICS Classification Code: 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing The United States Army, Army Contracting Command (ACC) - APG, Aberdeen Proving Ground (APG), Maryland, 21005 intends to procure EQ-36 Radar systems that will serve to be the Army's replacement for the AN/TPQ-36 and 37 radars. This procurement will meet TRADOC requirements in the Capability Production Document (CPD) dated 11 June 2010.The enhanced capabilities of this radar will provide the Warfighter with continuous and responsive counter-battery target acquisition for all types and phases of military operations. It will detect projectiles in-flight, as well as determine and communicate the firing point location of mortars, artillery, and rockets. It will be deployable and capable of operation in varying terrain and climatic conditions. The system shall provide 360 degree azimuth coverage against all threats at increased ranges, enhanced human machine interface, ease of programmability, and built-in capacity for growth. It also will accurately locate and classify hostile weapon locations at greater ranges and coverage patterns to permit more effective detection and counter-battery. The Contracting Officer, ACC-APG, APG, MD, is posting this formal announcement of a competitive Request for Proposal (RFP). The resultant contract will be Firm Fixed Price (FFP) with range quantities for systems and spares. In addition, engineering support and related services will be solicited in this RFP on a Cost Plus Fixed Fee (CPFF) basis. The total anticipated value of the contract is approximately $940M. The basic contract is planned to procure 10 Low Rate Initial Production (LRIP) systems and spares in FY-12, with a separately priced option to procure additional assets and spares (for a total of up to 16) in FY-12. Assets procured in FY-12 will be used to support Development Test 1 / Limited User Test (DT1 / LUT) and Development Test 2 and Initial Operational Test & Evaluation (DT2 / IOT&E) as well as user fieldings. A separately priced DT1 must be completed to support entrance into LUT NLT 21 Months after contract award. DT2 must be completed to support entrance into IOT&E NLT 33 Months after contract award. In order to establish an initial production base for the system, and permit orderly ramp up to the full production rate, a second LRIP option is planned to procure 23 systems and spares. An option for an initial year of Full Rate Production (FRP) to procure 32 additional systems is planned to complete the total production quantity to be procured under this contract. Training will also be acquired on a FFP basis. Contract award will be made based on the best value proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the four (4) evaluation factors: Technical, Performance Risk, Cost/Price, and Small Business Participation Plan. The Source Selection will include a Live Ammunition System Demonstration (LASD). The LASD will encompass the following scenarios of live ammunition system demonstration in both 90 degree and 360 degree mode for rockets, artillery and mortars: launch point location, hostile impact location, friendly fire registration, volley fire, simultaneous fire, and single weapon fire. Additionally, demonstrations will be held for false weapon locations in 90 degree and 360 degree mode. Interoperability will also be demonstrated. Data will be collected and Subject Matter Expert (SME) survey information will be collected to assess areas such as System Safety, Maintainability, Emplacement/Displacement and Human Factors areas in relation to requirements in the Performance Specification. LASD demonstrations are currently expected to start on or about 5 August 2011. This synopsis is provided for informational purposesThe formal RFP will be posted on or about 17 June 2011. All responsible sources may submit a proposal which shall be considered by the agency. Solicitation Number W15P7T-11-R-T201 is assigned for reference purposes. The U.S. Army Contracting Command (ACC) APG has established the fedbizops website as part of the Army's Single Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFP) Request for Quotations (RFQ) and Invitation for Bids (IFB) from ACC-APG to Industry. All parties interested in doing business with ACC APG are invited to access, operate, send and receive information from the fedbizops at https://abop.monmouth.army.mil. Please be advised that hard copies of the solicitation will not be made available; you must download the solicitation from fedbizops. You may access potential business opportunities by simply typing GUEST for the log-on ID and password. Registration for a user ID and password will only be necessary when you are considering the submission of proposals through the fedbizops. Please contact the fedbizops Help Desk, at (443) 861-5013 for any technical assistance. Do not submit classified information via fedbizops. Questions and or concerns regarding this synopsis shall be directed to Ryan McWilliams, via email: ryan.t.mcwilliams.civ@mail.mil. The Contracting Officer for this acquisition is Mr. Mark C. West, via email: mark.c.west.civ@mail.mil. Contracting Office Address: U.S. Army Contracting Command APG Attn: Mark C. West, Contracting Officer Bldg 6001, Office C2333 Aberdeen Proving Ground, MD 21005 Point of Contact(s): Ryan McWilliams, Contract Specialist, (443) 861-4899 Contracting Office Address: ACC-APG, 6001 COMBAT DRIVE, ABERDEEN PROVING GROUND, MD 21005-1846 Place of Performance: TBD
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d200fc5b6afa0431529eac6d27f2484a)
- Place of Performance
- Address: ACC-APG HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02468046-W 20110610/110608235542-d200fc5b6afa0431529eac6d27f2484a (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 |