Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 01, 2021 SAM #7214
SOLICITATION NOTICE

58 -- Pre-Solicitation Notice Third Generation Forward Looking (3GEN FLIR) Infrared B-Kit

Notice Date
8/30/2021 7:49:25 AM
 
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
W909MY21RC0012
 
Response Due
9/15/2021 12:00:00 PM
 
Archive Date
09/30/2021
 
Point of Contact
Michael Sampson, Sabin Joseph
 
E-Mail Address
michael.a.sampson18.civ@mail.mil, sabin.a.joseph.civ@mail.mil
(michael.a.sampson18.civ@mail.mil, sabin.a.joseph.civ@mail.mil)
 
Description
Third Generation Forward Looking Infrared (3GEN FLIR) Low Rate Initial Production (LRIP) B-Kit Program pre-solicitation Product Manager Ground Sensors (PM GS) has been tasked to conduct an acquisition to develop Low Rate Initial Production (LRIP) of the 3GEN FLIR B-Kit to provide the next generation of thermal imaging capability for the U.S. Army.� 3GEN FLIR B-Kit is entering the Production and Deployment Phase of the Defense Acquisition System; the Army plans to award a contract for Low Rate Initial Production (LRIP) of the 3GEN FLIR B-Kit to Raytheon Intelligence and Space (RIS) (formerly �Raytheon Missiles and Defense�) of McKinney, Texas.� ACC-APG-Belvoir intends to award a Sole Source �C� type contract which will include Firm Fixed-Price (FFP) hardware and Cost-Plus Fixed Fee (CPFF) service requirements.� The contract will contain CPFF line items that will cover engineering & technical, test, and logistics services. �The contract period of performance is one (1) four (4) year base period, one (1) twenty-eight (28) month option period, and one (1) twenty-nine (29) month option period. The base is for manufacturing and delivery of hardware and associated services and includes a 23-month lead time and a 12-month delivery. The 23-month lead time is needed to order long-lead materials, complete manufacturing, and conduct the First Article Test. The first option (28 months) is for Next Generation Combat Vehicle/Optionally Manned Fighting Vehicle (NGCV/OMFV) B-Kits which, if exercised, would be awarded approximately 7 months into the base period to allow for 17-month lead time and an 11-month delivery. The second option (29 months) is for manufacturing and delivery of additional B-Kit hardware and associated services in support of PM Abrams. This option, if exercised, will be awarded approximately 18 months into the base period to allow for 17-month lead time and a 12-month delivery. Third Generation Forward Looking Infrared (3GEN FLIR) B-Kit is an Acquisition Category (ACAT) Level II Program with the Milestone Decision Authority (MDA) delegated to the Program Executive Officer Intelligence, Electronic Warfare and Sensors (PEO IEW&S).� The LRIP will establish an initial production base for 3GEN FLIR B-Kit; permit an orderly increase in the production rates for the 3GEN FLIR B-Kit leading to Full Rate Production (FRP); provide 3GEN FLIR B-Kits to Abrams for integration into the Abrams M1A2 System Enhancement Program version 4 (SEPv4) in support of First Unit Equipped (FUE); and provide 3GEN FLIR B-Kits to NGCV/OMFV in support of Vehicle Qualification Testing.� This action is a follow-on to contract W909MY-16-C-0007 which was to design, develop, fabricate and qualify a producible Third Generation Forward Looking Infrared (3GEN FLIR) B-Kit during the Engineering and Manufacturing Development (EMD) phase. This contract was competed under full and open competition. Market research has determined that there are no other viable sources for the production and delivery of 3GEN FLIR B-Kits during LRIP given that Raytheon owns the TDP. Therefore, this follow-on results in a Sole Source award to RIS based on FAR 6.302-1(a)(2)(ii)(A) �Only one responsible source and no other supplies or services will satisfy agency requirements.� Responses shall be no longer than ten (10) pages and provided in Microsoft Word compatible format.� Responses shall be submitted via email to Sabin.A.Joseph.civ@mail.mil and Michael.A.Sampson18.civ@mail.mil within 15 calendar days of the date of this notice.� The email subject line should include the phrase �W909MY-21-R-0012, B-Kit Response to Pre-solicitation Notice�.� All requests for further information must be in writing and via email to the above address, telephone requests for additional information will not be honored. Acknowledgement of receipt will be issued.� A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The estimated issue date for this RFP is on or about 08 October 2021. This pre-solicitation notice in no way binds the Government into a commitment nor contract. No telephonic inquiries will be entertained. The point of contact for this action is Sabin Joseph, at Sabin.A.Joseph.civ@mail.mil and Michael Sampson, at Michael.A.Sampson18.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2c4ad761b40a45b69e04c3c1ef8cd2e5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06116321-F 20210901/210831201829 (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 |
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.