Maryland Bids > Bid Detail

2-Channel Leader Radio Follow-on Request for Information/ Industry Day Announcement

Agency:
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159571387729179
Posted Date: Jan 26, 2024
Due Date: Feb 12, 2024
Source: https://sam.gov/opp/3a19eda683...
Follow
2-Channel Leader Radio Follow-on Request for Information/ Industry Day Announcement
Active
Contract Opportunity
Notice ID
W15P7T-24-R-0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 26, 2024 01:35 pm EST
  • Original Published Date: Jan 19, 2024 01:32 pm EST
  • Updated Response Date: Feb 12, 2024 04:00 pm EST
  • Original Response Date: Feb 12, 2024 04:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 19, 2025
  • Original Inactive Date: Jan 19, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5820 - RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description View Changes

UPDATE #2: 1/26/2024. W15P7T-24-R-0001, has been updated as follows:




  • The 2-Channel Leader Radio Industry Day is scheduled for 2/23/2024.



///////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////



UPDATE #1: 1/24/2024. W15P7T-24-R-0001, has been updated as follows:




  • The Industry Day that is scheduled for 2/27/2024 has been postponed. The Government will update this post with a new date once available.



///////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////



The U.S. Army Program Executive Office, Command, Control and Communications-Tactical, Project Manager Tactical Radio (PEO-C3T), Product Manager Handheld, Manpack Small Form Fit (HMS), and the Army Contracting Command-Aberdeen Proving Ground (ACC-APG) are seeking information from industry to assist with the follow-on procurement of the 2-Channel Leader Radio. The 2-Channel Leader Radio is the Army’s premier hand-held radio capability allowing simultaneous 2-channel operation, interoperability with legacy systems, and compatibility with End User Devices including Nett Warrior. This Request for Information (RFI), W15P7T-24-R-0001, is being issued to continue market research initiated on 14 June 2023 under W15P7T-23-R-0007 in order to further refine the 2-Channel Leader Radio performance requirements.



The information provided may be used by the Army in developing its acquisition strategy or refining the Performance Work Statement and/or Performance Specifications. The applicable North American Industry Classification System (NAICS) code for this requirement is 334220 with a Small Business Size Standard of 1250 employees. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided regarding submissions. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Information and materials submitted in response to this request will not be returned. Responses must be unclassified: DO NOT SUBMIT CLASSIFIED MATERIAL.



Certain attachments referenced in this RFI are marked as Controlled Unclassified Information (CUI) with Limited Dissemination Controls and/or Export Controls. Therefore, only vendors who are current DoD contract holders are eligible to receive Controlled information. The dissemination of Export-Controlled information is restricted by the Arms Export Control Act or the Export Administration Act of 1979. Export-controlled items shall not be disseminated outside the U.S. Government or to U.S. Government contractors without first verifying the recipient’s eligibility and authority to receive export-controlled information by verifying they have a current, valid DD Form 2345. Interested vendors must provide their CAGE Code, DoD contract number, a copy of the DD2345, and their Joint Certification Program (JCP) number to Contracting Officer Katia Lacoste (katia.lacoste.civ@army.mil), Contract Specialist Lee Alexis (Lee.Alexis.civ@army.mil), and Contract Specialist Aaliyah Coles (aaliyah.m.coles.civ@army.mil) . Once the contract number, CAGE Code, and JCP data has been verified the Controlled documents will be sent via DoD SAFE to interested parties. Additionally, vendors will be required to submit a Data Non-disclosure Agreement (NDA), as well as a CUI NDA, for all personnel requiring access to these documents. A copy of this NDA can be obtained by emailing the Contracting Officer Katia Lacoste (katia.lacoste.civ@army.mil), Contract Specialist Lee Alexis (Lee.Alexis.civ@army.mil), and Contract Specialist Aaliyah Coles (aaliyah.m.coles.civ@army.mil) .



For more information regarding the JCP approval process and the DD Form 2345 click or copy and paste the link below into a web browser.



https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx



Purpose. This announcement continues market research for the follow-on competitive procurement of 2-Channel Leader Radio Production, Engineering and Sustainment initiated by the Army in June 2023. The responses raised several points of interest the Government would like to explore in more depth for the 2-Channel Leader Radio follow-on procurement. Specific areas of interest for this RFI includes:



• Feedback on the Draft Performance Work Statement (PWS) and PWS Appendices which can be annotated on the provided comment matrix. Documents to be provided to Offerors once authenticated.



• Feedback on the Draft Performance Requirements Document (PRD) and completion of the Draft PRD Compliance Matrix. Documents to be provided to Offerors once authenticated.



• Rough Order of Magnitude Estimate(s) for:




  • Maintaining an Escrow Account Data Package similar in nature to the one described in the Draft Appendix I: Special Requirements for Escrow Account Data Package.

  • Achieving Phase 3 Repair and Sustainment capability at Tobyhanna Army Depot in accordance with the draft Appendix K: Special Depot Maintenance and Repair Transition Requirements.

  • Incentive arrangements that would reduce heat, size, or weight; increase battery life; or bring objective PRD requirements to production within 3 years from award.



• Sustainment strategies that would exploit commonalities and standardization across the portfolio of HMS Tactical Radio products to reduce the overall logistics footprint of HMS commodities.



Once vetting process is completed, interested parties should submit white paper(s) along with cost estimates addressing the above topics or any other suggestions leading to program cost savings, performance improvements and/or shorter production lead times. White paper submissions are to be single spaced, 12-point type with at least one-inch margins on 8 1/2” X 11” page size and may not exceed 50 pages (excluding the Draft PRD Compliance and Comment Matrices). Any feedback provided via the comment matrix, or ROMs submitted, will not count toward the page limit. Please submit interest/responses via email to the Procuring Contracting Officer, Katia Lacoste @katia.lacoste.civ@army.mil , Contract Specialists, Lee Alexis@lee.alexis.civ@army.mil and Aaliyah Coles @aaliyah.m.coles.civ@army.mil in Portable Document Format (PDF) no later than (NLT) 12 February 2024 16:00 EST. Please reference RFI W15P7T-24-R-0001 in the subject line of e-mail transmittal and on all enclosed documents.



Industry Day



PdM HMS will host a Leader Radio Industry Day TBD in Aberdeen, MD. Interested parties are required to register in advance through the PCOs NLT 16:00 hours on 12 February 2024. Walk-in participants will not be admitted to the venue. The Government requests Industry questions to be submitted via the provided comment matrix NLT 16:00 hours on 12 February 2024. Event details will be provided upon registration.



One-on-Ones



The Army recognizes that some topics and proprietary matters may be best addressed with continued dialog to ensure performance expectations are clear. The Government may afford responders an opportunity to discuss the contents of their White Papers during “one-on-one” session where it is envisioned the parties will engage in an active information exchange and dialogue to aid in the Government’s market research.



Because documents associated with this program are marked Controlled Unclassified Information all requests for copies of the cited attachments or requests to participate in a one-on-one session must be coordinated in advance through the Procuring Contracting Officer. Please note, any such one-on-one discussions will occur during the 2024 Leader Radio Industry Day taking place TBD in Aberdeen, MD.



One-on-one discussions will be limited to 90 minutes and will only be held with parties proposing to be the Prime Contractor. Additionally, parties proposing to be the Prime Contractor must also submit a PRD compliance matrix on or before 1600 hours on 12 February 2024 to qualify for a one-on-one.



Notice: Prospective respondents Offerors are advised that employees of the firms identified below may serve as nongovernment advisors in the source selection process. These individuals will be authorized access only to those portions of the proposal data and discussions that are necessary to enable them to perform their respective duties. Such firms are expressly prohibited from competing on the subject acquisition.



In accomplishing their duties related to this effort the aforementioned firms may require access to proprietary information contained in the Offeror’s proposals. Therefore, pursuant to FAR 9.505-4, these firms shall execute an agreement with each Offeror that states that they will (1) protect the Offeror’s information from unauthorized use or disclosure for as long as it remains proprietary and (2) refrain from using the information for any purpose other than that for which it was furnished. To expedite the evaluation process, each Offeror shall contact the above companies to effect execution of such an agreement prior to the submission of RFI responses. Each Offeror shall submit copies of the agreement with their RFI response.



** This requirement shall flow down to all Subcontractors.



Employees from each of the below named companies will serve as non-government advisors, will not be voting members of the source selection team, will not participate in rating proposals, will not recommend a selection, and will not have access to any past performance information. They will have access only to those portions of the proposals and source selection information needed to perform their duties.



The System, Engineering and Technical Assistance (SETA) contractor company and point of contact for establishing the proprietary data protection agreement are:



Sev1Tech LLC, Amy Trosclair, contracts@Sev1Tech



Netwerx LLC, Alan Clayton, alan.b.clayton.ctr@army.mil



Defense Acquisition Support Services LLC, Daniel Sullivan,



daniel.sullivan4@dasservicesllc.com


Attachments/Links
Contact Information
Contracting Office Address
  • HQ CECOM CONTRACTING CENTER 6565 SURVEILLANCE LOOP
  • ABERDEEN PROVING GROU , MD 21005-1846
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >