Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2017 FBO #5713
SOURCES SOUGHT

58 -- Thor III and Baldr Sustainment Contract

Notice Date
7/13/2017
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-17-R-F099
 
Point of Contact
Eric C. Pyles,
 
E-Mail Address
eric.c.pyles.civ@mail.mil
(eric.c.pyles.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This Sources Sought is not a request for competitive proposals and no formal solicitation package is available. Solicitation Number W56KGY-17-R-F099 has been assigned to this Market Research for reference purposes only and does not constitute a solicitation for bids/proposals. The Government does not intend to pay for any information provided under this announcement. The Thor III and Baldr systems were derived from Joint Operational Needs Statement (JUONS 0505 and 0370) requiring a dismounted counter Improvised Explosive Device (IED) system for Squad and Soldier level protection. Thor III is a wearable Counter Radio-Controlled Improvised Explosive Device (RCIED) (CREW) jammer that has been designed to counter an array of diverse threats. The system is an expandable, active and reactive, scanning-receiver-based jammer that allow it to counter multiple simultaneous threats. Baldr is a lightweight, CREW system designed for an individual Warfighter, providing the capability of increased survivability against RCIEDs. Full Description of the requirements is as follows: The Army Contracting Command at Aberdeen Proving Ground, Maryland and Product Director Electronic Attack (PD EA) are conducting market research. The purpose of this market survey is to identify parties qualified and interested in becoming the prime contractor for this effort. PD EA anticipates a requirement for production of sustainment hardware of the Thor III and Baldr systems: Efforts under this requirement will support the above systems and include: Sustainment Hardware procurement. The Government will define specific requirements in individual Delivery Orders (DOs) for materials. The Government envisions a IDIQ five-year contract, with Firm Fixed Price (FFP), Contract Line Item Numbers (CLINs). Delivery Orders issued under this IDIQ contract will specifically identify contract CLIN required. The Government shall utilize FFP CLINs to purchase materials. Limitations: The Government does not own complete detailed design/fabrication documentation, software source code, or the technical data package for the Thor III and Baldr listed above to provide to a third party. Technical data is the property of the original equipment manufacturer, Sierra Nevada Corporation (SNC), located at 444 Salomon Circle, Sparks, NV 89434 Major Milestones: Anticipated RFP Release Date: 1QFY18 The security requirements for this effort will be as follows: Unclassified This notice is not a request for competitive proposals and no formal solicitation package is available. Solicitation Number W56KGY-17-R-F099 has been assigned to this market survey for reference purposes only and does not constitute a solicitation for bids/proposals. Interested parties may identify their capability to meet all or portions of the requirements by submitting an unclassified white paper, technical data and past performance data. Respondents must also address the following items: 1. Company Name, Contact Name, Position, Telephone, Email, and Company URL. 2. Corporate capability to include available facilities to execute requirements, Facility Clearance and safeguarding levels, Cage code, and DUNs number. White paper and additional data must be provided to this office no later than 5:00 PM Eastern Standard Time on 14 August 2017. Only responses received by this date will be considered. Respondents must identify, in writing, their interest and capability to respond to this requirement by submitting one (1) electronic copy via email to Ms. Adrianne L. Paolercio (Adrianne.L.Paolercio.civ@mail.mil) and Mr. Eric Pyles (eric.c.pyles.civ@mail.mil). NO TELEPHONE REQUESTS WILL BE HONORED. Contracting Office Address: 6001 Combat Drive Aberdeen Proving Ground, Maryland 21005-1846 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6bec2e342062f0310f538376912672e5)
 
Record
SN04578403-W 20170715/170713235353-6bec2e342062f0310f538376912672e5 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.