SPECIAL NOTICE
61 -- Synopsizing Upcoming Prime Power Distribution Systems (PPDS) RFP
- Notice Date
- 5/30/2024 11:38:51 AM
- Notice Type
- Special Notice
- NAICS
- 221121
— Electric Bulk Power Transmission and Control
- Contracting Office
- W6QK ACC-APG CONT CT WASH OFC ALEXANDRIA VA 22331-0700 USA
- ZIP Code
- 22331-0700
- Solicitation Number
- W909MY24R0005-Synopsize
- Response Due
- 6/13/2024 9:00:00 AM
- Archive Date
- 06/13/2024
- Point of Contact
- Tony D. Adams, Phone: 5206698965, Danny Lester, Phone: 5206698658
- E-Mail Address
-
tony.d.adams10.civ@army.mil, danny.w.lester.civ@army.mil
(tony.d.adams10.civ@army.mil, danny.w.lester.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- It is the intent of the US Army Contracting Command Aberdeen Proving Ground - Belvoir Division to issue a Request for Proposal using Competitive 100% small business set-a-side on behalf of US Army Product Lead, Large Power Systems (PdL LPS), Project Manager, Expeditionary Energy & Sustainment Systems (PM E2S2) for a production contract for the manufacture and delivery of Prime Power Distribution Systems (PPDS)The PPDS will be comprised of the Improved Primary Switching Center (iPSC), the Improved Secondary Distribution Center � Version 1 (iSDC-1), the Improved Secondary Distribution Center � Version 2 (iSDC-2), and the Tactical Prime Power Transformer (TPPT). This contract will support First Article Build, First Article Test (FAT), Low Rate Initial Production (LRIP), and ultimately Full Rate Production (FRP), while providing the appropriate engineering and integrated product support (IPS) deliverables required to support the respective FAT and Production Phases. The contract will be a firm fixed price (FFP), indefinite delivery, indefinite quantity (ID/IQ) contract estimated at $90M over a 10 year period of performance. It will be structured with a base period of 12-months for first article build and prototype phase followed by a 12-month first article test phase for contractor and Government testing, and finalization of engineering and IPS deliverables. Successful completion of the FAT phase will be followed by a Production Option Ordering period and then six (6) additional one year optional ordering periods. Order quantities may change depending on the fiscal climate and real world operational needs. The current planned minimum is two (2) each iPSC, iSDC-1, iSDC-2 and TPPT for the First Article Build/Test Phase. Production quantities may include up to a combination of 500 iSDCs, 100 iPSCs and 40 TPPTs with corresponding ancillary equipment such as cables, connectors, kits and spares. It is anticipated that the final request for proposal will be issued on or about 14 June 2024. The solicitation will be published on SAM.gov under Notice ID W909MY-24-R-0005, with anticipated evaluation and proposal submission criteria, and applicable attachments to include the Statement of Work, Purchase Description 6110-1036, DFARS 252.227-7013, DFARS 252.227-2014, DFARS 252.227-2015, Final Price Model, and Questions Template for the Contractor�s use. The draft documents may be used as a guideline by industry to help determine what products they have that are in compliance with the military need described above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0907f57c61f44ce79d2c8cbf73628c7e/view)
- Place of Performance
- Address: Fort Belvoir, VA 22060, USA
- Zip Code: 22060
- Country: USA
- Zip Code: 22060
- Record
- SN07080715-F 20240601/240530230053 (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 |