L3 Harris T7 Multi-Mission Robotic system (T7) Platform
ID: W912CH-24-R-0134Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

HARDWARE, WEAPON SYSTEM (5342)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command - Detroit Arsenal, is seeking proposals for a five-year firm-fixed-price contract to supply parts and services for the T7 Multi-Mission Robotic System Platform. This procurement aims to ensure the operational readiness of the T7 platform by providing essential repair, maintenance, and technical support services, specifically targeting L3 Harris Technologies, Inc. The contract, identified as W912CH-24-R-0134, is issued under limited competition authority and includes detailed requirements for hardware delivery, compliance with federal regulations, and adherence to security protocols. Proposals must be submitted electronically by October 10, 2024, with inquiries directed to Katherine Klein at katherine.d.klein2.civ@army.mil or Maj. Safiul Alam at safiul.m.alam.mil@army.mil.

    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) pertaining to repair maintenance services for a specified contract (W912CH-24-R-0134) with L3 Harris. It details the requirements for the delivery of repair estimates for robot systems, including timelines for initial and subsequent submissions. The contractor is obligated to provide subsystem and part repair quotes within nine calendar days post-evaluation, with additional requirements outlined for larger quantities. If more damage is discovered during repairs, the contractor must halt work and submit a cost justification for approval. The structure of the document includes sections for technical specifications, submission frequency, distribution statements, and costing guidelines based on data item classification. These classifications (Group I-IV) delineate the nature and costs associated with producing the required data items. It highlights the necessity for compliance with government regulations while ensuring efficient communication and documentation flow between the contractor and the government representatives. This CDRL is an essential component of the overall contract management process, enabling the government to maintain oversight of project deliverables and compliance with stipulated requirements.
    The document outlines a Request for Proposal (RFP) by the Army Contracting Command - Detroit Arsenal for a five-year, firm-fixed-price contract to supply parts and services for the T7 robotic system. The contract, W912CH-24-R-0134, combines three base years and two optional years, allowing for maintenance and sustainment of operational readiness. It is intended for a single contractor, L3 Harris Technologies, Inc., under the premise of “only one responsible source.” The RFP stipulates the specific parts, services, and delivery schedules needed to perform repair and maintenance activities, along with pricing details outlined in a Price Evaluation Sheet. The document includes requirements for electronic submission of proposals, makes clear that proposals must be comprehensive, and details the importance of adhering to Federal Acquisition Regulations (FAR). Various clauses specify packaging, inspection, quality assurance, and contractual obligations, including reporting and documentation of travel expenses. The RFP emphasizes compliance with security protocols and training mandates related to anti-terrorism and information assurance. Overall, it represents the government's commitment to efficient procurement processes while ensuring operational continuity for critical defense technologies.
    This government document outlines a detailed list of components and parts related to a robotic system, specifically focusing on a T7 Robotic System used for test and teardown applications. It includes specifications for various items such as batteries, cameras, antennas, motors, and cables, along with their corresponding part numbers and National Stock Numbers (NSNs). The components are categorized as either necessary items or spare parts, with quantities recommended for a hypothetical fleet of 100 robots. The document also describes pricing structures for different ordering years, including unit prices based on quantities ordered, and shows the expected labor rates for repair and maintenance services associated with the system. The purpose of this document aligns with government procurement processes, specifically addressing Requests for Proposals (RFPs) and federal grants, to standardize parts and services necessary for maintaining robotic systems utilized in various operational contexts. The careful delineation of products, quantities, and pricing reflects a commitment to logistical efficiency and accountability in public spending. Overall, it serves as a comprehensive resource for agencies seeking to procure robotic system components while ensuring compliance with government standards.
    The document is a wage determination report under the Service Contract Act, issued by the U.S. Department of Labor. It specifies wage rates and fringe benefits for various occupations across multiple job categories in Brevard County, Florida. All contracts subject to this act must adhere to minimum wage requirements set by Executive Orders 14026 and 13658, which are adjusted annually. For contracts awarded after January 30, 2022, the minimum wage is $17.20 per hour, or as per specific occupation rates, while contracts between January 1, 2015, and January 29, 2022, mandate a minimum of $12.90 per hour. Occupations are listed with associated wage rates and notes on fringe benefits, including health and welfare, vacation, and holiday pay. Additional provisions are included for certain roles, such as night pay for air traffic controllers and uniform allowances for workers needing specific attire. The document outlines procedures for classifying unlisted occupations through a conformance process, emphasizing the importance of fair compensation in federal contracting. Overall, it serves to ensure compliance and protect the rights of workers under federal contracts, illustrating the government’s commitment to maintaining wage standards in service occupations.
    The document is a Request for Proposal (RFP) from the Army Contracting Command - Detroit Arsenal (ACC-DTA) for a five-year firm-fixed price contract focused on T7 parts and services for the Robot Logistics Support Center (RLSC). The contract is set under NAICS code 334511 and aims to ensure operational readiness of the T7 platform through the supply of essential parts, repair, maintenance, and technical support services. The solicitation is issued under an authority permitting limited competition, aimed specifically at L3 Harris Technologies, Inc. This RFP outlines submission requirements, evaluation criteria, and expectations regarding contract deliverables, including detailed descriptions for hardware delivery, travel, inspection, warranty, and quality systems. Noteworthy is the emphasis on compliance with specified regulations regarding ozone-depleting substances and security protocols for contractor personnel. Additionally, it details the packaging requirements, outlining standards for wood packaging materials per international regulations. The document confirms that award notifications will be electronically distributed and stipulates that proposals must be received by the designated government office by the specified deadline, marking adherence to strict submission protocols. Overall, the solicitation reflects the U.S. Government's commitment to maintaining high standards in military equipment support through secure and efficient contracting practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ROBOTIC SYSTEMS SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Robotic Systems Services to support the maintenance and repair of government-owned robotic systems at Robins Air Force Base in Georgia. The contractor will be responsible for providing technical expertise, training, engineering support, parts, and materials to ensure the effective functioning of up to 70 robotic systems, with the goal of minimizing downtime and enhancing operational efficiency. This procurement is a Total Small Business Set-Aside, with an estimated contract value of approximately $12.5 million, and proposals are due by September 23, 2024. Interested parties can contact Michele Watts at michele.watts.1@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further information.
    SOLICITATION NOTICE for Forward Repair System (FRS) M7A1 Tool Load
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Forward Repair System (FRS) M7A1 Tool Load, with the intention of awarding a five-year Firm-Fixed Price (FFP) Requirements type contract. This procurement aims to acquire a highly mobile maintenance shop that includes essential tools and components for battlefield maintenance, which will be assembled at the Rock Island Arsenal - Joint Manufacturing and Technology Center. Interested small businesses are encouraged to register in the Procurement Integrated Enterprise Environment (PIEE) for proposal submission, with an anticipated delivery schedule of 12 units per month starting 120 days after the award. For further inquiries, interested parties can contact Barbara Rogowski at barbara.rogowski2.civ@army.mil or call 571-588-8949.
    WHIPPANY ACTUATOR EVALUATION AND REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the evaluation and repair of Electro-Mechanical Linear Actuators under solicitation number W912NW-24-Q-0090. The procurement aims to address urgent repair needs for four actuators used in the CH-47 rotor head, with a fixed-price purchase order expected to be awarded to the sole source, Whippany Actuation Systems LLC, due to its exclusive access to necessary spare parts and technical support. This contract emphasizes the importance of specialized vendors in defense procurement and includes compliance with Federal Acquisition Regulation (FAR) clauses to ensure fair competition and support for small and disadvantaged businesses. Proposals are due by 3:00 PM on September 19, 2024, and interested parties can contact Jennifer Salyers at jennifer.l.salyers2.civ@army.mil for further information.
    Maintenance and Repair of Manufacturing Equipment and Systems used in Explosive and Non-Explosive Operational Environments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Crane Army Ammunition Activity, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments under solicitation number W519TC-24-Q-MESS. The procurement aims to ensure operational readiness and safety by requiring contractors to provide labor, materials, and tools to restore equipment to original equipment manufacturer (OEM) specifications, with a focus on technical expertise in hydraulics, pneumatics, electronics, and automation. This contract is critical for maintaining the functionality of diverse machinery, including lathes and CNC mills, essential for military operations. Proposals are due by September 24, 2024, with questions accepted until September 18, 2024; interested parties should contact Contract Specialist Dora Smith at dora.d.smith5.civ@army.mil or Contracting Officer Bryce Willett at bryce.t.willett.civ@army.mil for further details.
    Tiger Tug Model 8.0
    Active
    Dept Of Defense
    The Department of Defense, specifically the Oklahoma Army National Guard (OKARNG), is seeking proposals for the procurement of a Tiger Tug Model 8.0, a specialized helicopter moving system essential for efficient aircraft handling operations. This procurement is critical to support the high demand of aviation operations, as the Tiger Tug is capable of lifting up to 8,000 lbs and features a patented scissor lift mechanism that enhances safety and minimizes equipment damage. The contract will be awarded as a Firm Fixed Price (FFP) and requires delivery to Tulsa, Oklahoma, within 30 days of contract award. Interested small businesses must submit their proposals electronically by September 19, 2024, and direct any questions to Candace O'Brian or Harvetta Taylor via email by September 11, 2024.
    Tiger Tug Model 8.0
    Active
    Dept Of Defense
    The Department of Defense, specifically the Colorado Army National Guard (COARNG), is seeking proposals for the procurement of a Tiger Tug Model 8.0, a specialized helicopter tug designed to enhance ground handling safety for the UH-72 with Mission Equipment Packages (MEPS). This acquisition is a 100% small business set-aside under NAICS code 333924 and PSC code 1730, emphasizing the need for a heavy-duty tug with specific features such as increased ground clearance, all-weather tires, and a 6-meter tether cable. The selected contractor will be responsible for providing the tug, warranty support, and ensuring delivery within 18 weeks of contract award to the Aviation Support Facility in Aurora, Colorado. Interested parties must submit their quotes electronically by September 24, 2024, and direct any questions to Michael K. Colbridge at michael.k.colbridge.mil@mail.mil.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Active
    Dept Of Defense
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    TEMPO SYSTEM PER STATEMENT OF WORK FOR WATERVLIET ARSENAL
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is seeking proposals for the procurement of a Hexagon TEMPO system, which includes a Collaborative Robot (Cobot) and associated components as outlined in the Statement of Work. This acquisition is critical for enhancing manufacturing capabilities and will be conducted as a sole source procurement with Hexagon Metrology, Inc., emphasizing the importance of timely delivery and compliance with stringent quality and security requirements. Interested vendors must ensure their System for Award Management (SAM) registration is active and submit proposals by the deadline of September 20, 2024, with all inquiries directed to Giuseppe Tropiano via email at giuseppe.tropiano.civ@army.mil.
    25--TURRET,COMBAT VEHIC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of combat vehicle turrets, specifically NSN 2510016787567. The requirement includes the delivery of 18 units by a specified deadline of 205 days after order (ADO) and an additional unit to be delivered within 30 days ADO. These components are critical for vehicular equipment and play a vital role in enhancing the operational capabilities of military vehicles. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.
    Remote Terminal Assembly; NSN:5940014939102
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for the Remote Terminal Assembly, identified by National Stock Number (NSN) 5940-01-493-9102. This procurement involves a sole-source contract for 11 units of the Remote Terminal Assembly, with a firm-fixed-price structure and a one-year option period, emphasizing compliance with military packaging and export control regulations. The Technical Data Package (TDP) is export-controlled, requiring Joint Certification Program (JCP) certification for access, and interested contractors must submit their proposals, including signed amendments, by the extended deadline of September 20, 2024. For further inquiries, contact Kerri Ginter at kerri.e.ginter.civ@army.mil.