SOLICITATION NOTICE
69 -- Call For Fire Trainer II - Joint Fires Product Line (CFFT II - JFPL)
- Notice Date
- 10/14/2011
- Notice Type
- Presolicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK12R0003
- Response Due
- 10/14/2011
- Archive Date
- 12/13/2011
- Point of Contact
- David Light, 407 208-3295
- E-Mail Address
-
PEO STRI Acquisition Center
(david.t.light@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) has a requirement for the Call For Fire Trainer II - Joint Fires Product Line (CFFT II - JFPL) to be fulfilled via issuance of a single award Indefinite Delivery Indefinite Quantity Contract in accordance with FAR Part 15.101-2. The Government will make the award on a Best Value/Trade-off basis. The period of performance will consist of a one-year base period plus four one-year options. Specific proposal instructions and evaluation criteria are included in Attachments 19 & 20 as listed below. The Request for Proposal (SF33) as well as the following attachments are posted for downloading: 1. CFFT II - JFPL STATEMENT OF WORK, PEO-STRI-11-W028, DATED 14 OCT 2011 2. DELIVERY ORDER 0001, STATEMENT OF WORK, PEO-STRI-11-W039, DATED 14 OCT 2011 3. DELIVERY ORDER 0002, STATEMENT OF WORK, PEO-STRI-11-W040, DATED 14 OCT 2011 4. DELIVERY ORDER 0003, STATEMENT OF WORK, PEO-STRI-11-W041, DATED 14 OCT 2011 5. DELIVERY ORDER 0004, STATEMENT OF WORK, PEO-STRI-11-W044, DATED 14 OCT 2011 6. CFFT II - JFPL SYSTEM SPECIFICATION, PRF-PT-00561, DATED 14 OCT 2011 - REV A (0.1) 7. PRODUCT LINE DESCRIPTION DOCUMENT (PLDD), DATED 14 OCT 2011 8. JFPL PRODUCT LINE ARCHITECTURE FRAMEWORK (PLAF), DATED 14 OCT 2011 9. CFFT II - JFPL PRICING WORKSHEET 10. SECTION B WORKBOOK 11. CDRLS 12. DD254 13. DD254 SECURITY GUIDE 14. DD254 FOUO 15. SYSTEMS MAINTENANCE MATRIX 16. GFI_GFE 17. PERFORMANCE RISK MATRIX 18. PERFORMANCE RISK SURVEY 19. SECTION L - INSTRUCTIONS TO OFFERORS 20. SECTION M - EVALUATION CRITERIA 21. JFPL DISTRIBUTION AGREEMENT 22. PRE INDUSTRY DAY Q&A 23. POST INDUSTRY DAY Q&A DUE DATE: Proposals are due by 2:00 PM local time (Orlando, FL) on December 16, 2011 to the Points of Contact (POCs) listed below: The Primary POC for this solicitation is Mr David Light: Program Executive Office for Simulation, Training and Instrumentation ATTN: Mr. David Light, Contract Specialist, SFAE-STRI-KOV 3100 Technology Parkway Orlando, FL 32826 407-208-3295 / David.t.Light@us.army.mil The Alternate POC for this solicitation is Lovisa D. Parks, Procuring Contracting Officer (PCO): Program Executive Office for Simulation, Training and Instrumentation ATTN: Lovisa D. Parks, Contracting Officer, SFAE-STRI-KOV 3100 Technology Parkway Orlando, FL 32826 407- 208-3476 / Lovisa.Parks@us.army.mil AWARD DATE: The anticipated award date for this requirement is the third quarter of the Government's Fiscal Year 2012. This information is provided for use as a basis for schedules and burden (labor, overheads, G&A, etc.) mid-point calculations. The Contractor is not entitled to an equitable adjustment in contract price in the event the Government awards the contract before or after the date above. Any data previously submitted in response to another solicitation, whether submitted to the Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) or another agency, should be assumed to be unavailable during this proposal evaluation and source selection process. Proposal data shall not be incorporated into the proposal by referring to another proposal or other source. The Government reserves the right to request additional information as clarifications after receipt of Offerors' response to the solicitation. The Government intends to make contract award without conducting discussions, based upon the initial proposals received in response to the CFFT II-JFPL solicitation. Therefore, offerors are encouraged to propose their best terms in their initial proposal submission. However, the Government reserves the right to conduct discussions if the Government deems necessary at the PCO's discretion. The proposal shall be valid for not less than 180 calendar days from the proposal due date. Files shall not contain classified information. Questions regarding this solicitation shall be submitted by electronic mail to the POCs identified above with the solicitation number in the subject line. The Government will answer all questions through the issuance of a solicitation amendment prior to the deadline for final proposal submissions provided those questions are received by 3:00 PM local time (Orlando, FL), November 18, 2011. Questions received after the established deadline may not be answered. The Government does not anticipate that the closing date for receipt of offers may be extended. Please review Attachment 22 "Pre-Industry Day Q&A" and Attachment 23 "Post-Industry Day Q&A"; if you have any additional questions, they must be submitted on or before the date specified above in order to be considered. UNSATISFACTORY INITIAL OFFER. All proposals will be examined to determine if they are "responsive" to the proposal. If the proposal does not contain all the document required below, it may be determined to be un-responsive and will not be considered for award. Offerors are hereby notified that initial proposal(s) which are found unsatisfactory/incomplete may be rejected without affording the offeror an opportunity to satisfy the requirement of the Government. DISQUALIFYING FACTORS WHICH DETERMINE NON-RESPONSIVE OFFERS. There are serious problems with contractors not complying with the clauses, provisions, and documentation submittal requirements as outlined in the solicitation which have resulted in offers identified as "NON-RESPONSIVE" and not considered for award. COMPLETION OF PRICING WORKBOOK AND PAST PERFORMANCE MATRIX: The Offeror must return the Pricing Workbook and Past Performance Matrix with their offer. Offers must use a copy of Section B to submit their proposed price. All costs must be part of the price of each Line Item in Schedule B. Costs such as sub contracts, profit or overhead must be included in the Line Item prices, not added at the end of the proposal. ACKNOWLEDGE AMENDMENTS: If amendments to the solicitation are issued, the offeror must acknowledge all amendments in Block 18 putting in the amendment # and date, or by using one of the other methods of acknowledgement listed in Block 11 of the SF 30. VALIDITY OF OFFER (Period for Acceptance of Offers): All offers must be valid for a period of one hundred eighty (180) days from the Offer Due Date. During this 180-day period, an offer shall remain fixed, regardless of the reasons, to include fluctuating/monetary market change in the U.S. Dollar. FAILURE TO SUBMIT ALL REQUESTED DOCUMENTS: Proposals must have all the documents listed in Section L-4 in their proposal package. Failure to do so may result in the proposal being rejected without further consideration. ADDITIONAL INFORMATION: In order to obtain a copy of the OneSAF Se Core software, each Offeror must: Step 1. Request a copy of the OneSAF Software Distribution Agreement (DA) at www.onesaf.net. Step 2. When filling out the distribution agreement, each Offeror must specifically state that the software is being requested in order to respond to a current RFP (W900KK-12-R-0003). Step 3. Each Offeror will complete and sign the DA. Step 4. Scan and convert each DA into 'pdf' format and email or fax the completed form to: OneSAF Software Distribution Help Desk Support, One Semi-Automated Forces (OneSAF) Swdt-da@ideorlando.org Phone: 321-235-7625 Fax: 321-235-1606 Step 5. Additional request for other SE Core software can be requested on the DA. NOTE: Only after the DA has been executed, will PM STS agree to sponsor a potential Offeror, if required. In order to obtain a copy of the Joint Fires Product Line (JFPL) Software and Documentation, each Offeror must complete the attached JFPL Distribution Agreement (See Section J) and return it to the Point of Contacts listed below: Contract Specialist, David Light Office: 407-208-3295; DSN: 970-3295 Fax: 407-208-3410 Email: david.t.light@us.army.mil Contracting Officer: Lovisa D. Parks Office: 407-208-3476; DSN: 970-3476 Fax: 407-208-3410 Cell: 407-394-7341 Email: Lovisa.parks@us.army.mil GOVERNMENT FURNISHED INFORMATION: (Ref: Attachment 16) is located on the LT2 portal (www.lt2portal.org). Step 1. Register for the LT2 portal (www.lt2portal.org) and get your Username from the LT2 administrator. Step 2. Once a Username has been received, email Mr. Robbie Parrish with your first name, last name and organization. Mr. Parrish will provide access to a collaboration site. Mr. Parrish will verify that the JFPL DA has been signed before providing the access to the site. Mr. Robbie Parrish Office: 407-208-3399 Email: Robbie.parrishjr@us.army.mil NOTE: Only after the JFPL DA has been executed will Mr. Parrish provide access to the LT2 portal If the Offeror would prefer receiving the JFPL software and documents on CD, contact Mr. Glen Loupe: Mr. Glen Loupe Office: 407-384-5344 Cell: 321-689-2983 Email: glen.loupe@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK12R0003/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02607680-W 20111016/111014234309-3e5be9d3ccfa369ba886ca233b8f3342 (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 |