SOLICITATION NOTICE
58 -- Tactical Security System Production and Integration Contract
- Notice Date
- 12/4/2020 12:12:18 PM
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACC-ABERDEEN PROVING GROUNDS CONT C ALEXANDRIA VA 22331-0700 USA
- ZIP Code
- 22331-0700
- Solicitation Number
- W909MY21R0006
- Archive Date
- 02/08/2021
- Point of Contact
- Tamara N. Jenkins, Contract Specialist, Phone: 7037040827, Rosetta Wisdom-Russell
- E-Mail Address
-
tamara.n.jenkins.civ@mail.mil, rosetta.wisdom-russell.civ@mail.mil
(tamara.n.jenkins.civ@mail.mil, rosetta.wisdom-russell.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The US Army Contracting Command Aberdeen Proving Ground - Belvoir Division intends to solicit and negotiate a Request for Proposal on behalf of US Army Product Manager Force Protection Systems (PM FPS) to award an Indefinite Delivery Indefinite Quantity (IDIQ) Requirement on a best value tradeoff basis.� The awarded IDIQ contract will have an ordering period of five (5) years with one (1)�three (3) year option and will allow for Firm-Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) delivery/task orders for equipment and technical and logistic support services. The requirement is for Full Rate Production (FRP), Engineering and logistics support during the production phase. Ordering quantities may change depending on the current climate and need for in-theater force protection. The current planned minimum over the five year base is 36 systems and the maximum planned is 76 systems. �All responsible sources may submit a proposal which will be evaluated in accordance with RFP Number W909MY-21-R-0006. Security Surveillance System (SSS), formerly known as the Tactical Security System (TSS) documents in reference to this requirement have been uploaded under Notice ID W909MY-20-R-A019. This acquisition is a restricted Small Business Set-A-Side. The North American Industry Classification Systems code (NAICS) for this effort is 334511, which has a size standard of $7.5M. All Offeror�s must be registered with the System for Award Management (SAM) in accordance with FAR 52.204-7 and DFAR 252.204-7004. In addition, all Offerors must complete and submit the Certifications and Representations as set forth in FAR 52.212-3. This can be accomplished through the following website: https://sam.gov. The estimated issue date for this RFP is on or about 7 January 2021. No telephonic inquiries will be entertained. The point of contact for this action is Rosetta Wisdom-Russell, at rosetta.wisdom-russell.civ@mail.mil and Tamara Jenkins, at tamara.n.jenkins.civ@mail.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b1ed7f74a61b443eb13893644a7fb1ce/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05867111-F 20201206/201204230140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |