SPECIAL NOTICE
66 -- W31P4Q-18-R-0029 (Formerly W31P4Q-17-R-0017-1) Version 4 Rugged (MSD-V4) and Maintenance Support Device Version 4 - Semi Rugged (MSD-V4S - Draft Solicitation
- Notice Date
- 12/26/2017
- Notice Type
- Special Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-18-R-0029
- Archive Date
- 1/24/2018
- Point of Contact
- Patricia Ann Adams, Phone: 256-955-5852, Martha C. White, Phone: 256-955-5806
- E-Mail Address
-
patricia.a.adams.civ@mail.mil, martha.c.white8.civ@mail.mil
(patricia.a.adams.civ@mail.mil, martha.c.white8.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Proposal Price Evaluation Draft Statement of Work (SOW) Draft Mil- Specs- Detail Specifications Draft List of GFP Draft CRDL(s) Draft Solicitation The purpose of this special notice is to release the "DRAFT REQUEST FOR PROPOSAL (RFP)" W31P4Q-18-R-0029 (Formerly W31P4Q-17-R-0017-1). The Army Contracting Command -Redstone Arsenal (ACC-RSA), in support of the Office of Product Director, Test Measurement and Diagnostic Equipment (PD-TMDE) anticipates the procurement of Rugged (MSD-V4) and Maintenance Support Device Version 4 - Semi Rugged (MSD-V4S, Version 4 the next generation, general purpose standard At Platform Automatic Test System component of the Integrated Family of Test Equipment, to support the Army's maintenance mission. The Government anticipates release of the Official RFP on/or before February 28, 2018. Do not submit proposals in response to this notice. Proposal(s) received in response to this notice will be destroyed without evaluation. This "DRAFT RFP" is released in accordance with (IAW) FAR 15.201-Exchange with industry before receipt of proposals. The purpose a "Draft RFP" is to improve the understanding the Government requirement and industry capabilities, thereby allowing potential offeror(s) to judge whether or how they can satisfy the Government's requirements, and enhance the Government's ability to obtain quality supplies and services at a fair and reasonable price, increase efficiency in proposal preparation, proposal evaluation, negotiation and contract award. Comments and/or questions concerning any section(s) of the "Draft RFP" are highly encouraged. However, the Government specifically seeks questions and/or comments concerning SF 33-Solicitation section(s) B, C, L and M. General Contract Information: The contractor shall provide all labor, resources, expertise, facilities, and material necessary to satisfy the requirements of MSD-V4R and MSD-V4S Statement of Work (SOW), System Specification in order to produce, test, and deliver MSD-V4R and MSD-V4S Configuration and optional accessories. The work required by this contract shall be performed IAW the statement of work (SOW) and the attached system specification (MIS-DTL-58668). In the event of a conflict between this SOW and MIS-DTL-58668, the MIS-DTL-58668 shall take precedence. This requirement is a full and open competitive acquisition. The anticipated contract will be an Indefinite Delivery Indefinite Quantity, 5-year Firm Fixed Price contract. The anticipate period of performance is: one (1) base year and four (4) one year option year(s). The anticipated contract award will contain a minimum and maximum delivery quantity of: forty (40) MSD-V4R and forty (40) MSD-V4S, First Article Testing (FAT) units for a combine minimum estimated quantity of 80 units and a maximum combined estimated quantity of 31,306 units. Oral Communication(s) will not be accepted in response to this notice. All questions and/or comments are due no later than 9 January 2018 @ 3.p.m. CST. The Government will not address comments and/questions after the closing date of this announcement. The Government highly encourages potential offeror(s) to submit questions and/or comments no later than 2 January 2010 @3pm CST, to ensure a written Government response. The Government reserves the right to omit a written respond to any questions and/or comments received after the date stated above, in an effort to reduce administrative burden promote proposal efficiencies. However, all comments and/or questions received prior to the close of this announcement will be reviewed by the Contracting Officer for relevance and/or consideration, which may be incorporated into the official RFP. Potential offeror(s) shall submit all comments and/or questions concerning this "Draft RFP" (technical and/or contractual) via the "Post a New Question" feature on the Federal Business Opportunities (FBO) website: https://www.fbo.gov associated with this special notice. The Contracting Officer will respond to and/or consider only comments and/or questions submitted via the Government Point of Entry (https://www.fbo.gov). Do not submit proprietary and/or sensitive information. The Contracting Officer will publish responses to questions/and or comments on/or before the date the official RFP is released. Potential Offeror(s) shall ensure all questions and/or comments are received by the Government on/before the closing date and are submitted via the Government Point of Entry (https://www.fbo.gov) to be considered. The Contracting Officer is the only individual permitted/authorized to respond to questions related to this procurement. Questions and/or comments submitted via any method other than identified in this notice is not authorized. The Point of Contact(s) for this notice are: Martha White, Contracting Officer, Email: Martha.c.white8.civ@mail.mil and Patricia Adams, Contract Specialist, Email: Patricia.a.adams.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/18a1297b0b26116249d9b21565e75db5)
- Place of Performance
- Address: BLDG 5224 Von Braun III, Redstone, Arsenal, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN04776219-W 20171228/171226230108-18a1297b0b26116249d9b21565e75db5 (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 |