Amendment 2, 06 August 2025
This amendment is to provide clarification regarding an offeror's proposal and extend the solicitation closing date.
The customer wants pricing for every SLIN under any of the CLIN an offeror chooses to propose pricing on. Each SLIN under any CLIN an offeror proposes pricing for needs to be priced. An offeror also needs to propose pricing for each of the Ordering Periods of any CLIN an offeror proposes on. There is no inclusion of the SLINs. Each SLIN needs to have pricing so that these items may be purchased on an individual basis. For example, if charging cords are included with the models initially, they still need to be priced so that they may be purchased on an individual basis.
Further, transponders and the three-year warranty plan still need to be priced for each Ordering Period so that they may be purchased at any point during the five-year period. For example, a customer may purchase the transponder and three-year data plan during Ordering Period 1, or a customer may purchase the transponder and three-year data plan in Ordering Period 2, Ordering Period 5, or any point in between. The customer needs to have the ability to purchase any of the items at any point during the five-year period. One-year data plans also need to be priced for each Ordering Period because some customers may have existing transponders already and only need to renew the data plan for a year.
Please read the Sections L and Sections M of the solicitation carefully.
The closing date to submit or revise proposals has been extended to 4:00 PM CT 07 August 2025.
______________________________________________________________________
Amendment 1, 28 July 2025
This amendment provided responses to vendor questions regarding the RFP, which resulted in revisions to Attachment 0001 - PWS, Attachment 0002 - Technical Matrix, and Attachment 0006 - FAR DFAR Clauses and Provisions.
The closing date to submit proposals was changed from 4:00 PM CT, 31 July 2025 to 4:00 PM CT 06 August 2025.
_____________________________________________________________________________
This Executive Summary is provided as a synopsis of important and relevant features of this solicitation.
1. Army Contracting Command-Rock Island (ACC-RI), in support of Product Lead (PL) Logistics Information Systems (LIS), has a commercial requirement for Next Generation Transponder (NGT)-II. NGT-II will provide cutting-edge cellular, satellite, and hybrid tracking technologies, as well as comprehensive support services, to meet the global logistics needs of the Department of Defense (DOD), US Coast Guard (USCG), North Atlantic Treaty Organization (NATO), and other federal agencies. The goal is to standardize and ensure interoperability among government users, while also providing flexibility to support joint operations with allied partners and meet Foreign Military Sales (FMS) requirements, ultimately enhancing logistics support and coordination worldwide.
2. This requirement is being solicited as a total, 100% small business set-aside. Any qualified small business offeror may submit a proposal.
3. Awards will be made to the Lowest Price Technically Acceptable Offeror(s) using the criteria established in Section M of this solicitation. The evaluation of proposals and subsequent selection(s) for award will be conducted IAW Sections L and M of this solicitation.
4. The United States Government (USG) is conducting a source selection for Next Generation Transponder (NGT)- II under FAR Part 12 Acquisition of Commercial Items in conjunction with the policies and procedures of Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. The award will be made based on the Lowest Price Technically Acceptable (LPTA). This will be a small business set aside consistent with the size standard associated with North American Industry Classification System (NAICS) Code 334111 - Electronic Computer Manufacturing.
The USG intends to award up to six Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. However, the USG reserves the right to award no contract(s), or any number of contracts between one and six contracts, dependent on whether a sufficient number of Offerors are found to be "Acceptable" in the non-price factors, or whether the Government can determine fair and reasonable price. The IDIQ will last five years with five one-year ordering periods.
The USG reserves the right to cancel this solicitation at any point before the contract award. In the event this solicitation is canceled, the USG has no obligation to reimburse Offerors for any costs incurred.
5. The Contract Line-Item Number (CLIN) and Sub-contract Line-Item Number (SLIN) structure for this solicitation is outlined in Attachment 0003, titled, "Price Matrix NGTII 12JUN2025".
Offeror(s) shall submit their proposed prices in the Attachment 0003 Price Matrix. Prices should be input into the Microsoft 365 Excel file in dollars and cents. All data should be input as values not formulas. The cents should be hard coded in the Excel cell to two decimal places and not rounded.
6. The NAICS code for this acquisition is 334111, Electronic Computer Manufacturing. The Product and Service Code (PSC) is 7G22 and located in the Price Matrix.
7. The closing date and time to submit a proposal is 4:00PM Central Standard Time, 31 July 2025.
8. All questions should be submitted no later than (NLT) 4:00PM Central Time, 24 July 2025. The Government is not obligated to provide a response to all questions submitted by offerors but will consider them and incorporate changes into the RFP as deemed necessary.
9. This solicitation should NOT be discussed with any Government employee except the ACC-RI Contracting Officer, Ms. Leslie Dickson, or Contract Specialist, Mr. Ryan Senneff. Failure to adhere to this restriction may be grounds to declare your firm ineligible for consideration of any award resulting from this competitive acquisition.
10.Proposals not received by the designated submission deadline will be handled IAW FAR 52.212-1.
11.Offerors that do not have an active registration in System for Award Management (SAM.gov) at https://sam.gov at the time proposals are due will not be considered for award.
The Government reserves the right to cancel this solicitation at any point before contract award. In the event this solicitation is canceled, the Government has no obligation to reimburse offerors for any costs incurred.
12.Questions in response to this solicitation are due no later than the date and time specified in SAM. All questions shall be submitted via email and only to the Points of Contact listed below.
Leslie Dickson, Contracting Officer, leslie.m.dickson2.civ@army.mil
Ryan Senneff, Contract Specialist, ryan.t.senneff.civ@army.mil
Reference: Solicitation W519TC-25-R-0051 - NGTII