Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2003 FBO #0461
SOURCES SOUGHT

61 -- Deployable Power Generation Distribution System (DPGDS) Interim Contractor Support

Notice Date
3/6/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
Reference-Number-WMOK-03-005
 
Archive Date
4/5/2003
 
Point of Contact
Dennis Fields, Contract Specialist, Phone (850)882-4686 X 336, Fax (850)882-9381, - Karen Turner, Contracting Officer, Phone (850)882-4685 x 316, Fax 850-882-9381,
 
E-Mail Address
dennis.fields@eglin.af.mil, karen.turner@eglin.af.mil
 
Description
The Air Armament Center, Combat Support Systems, System Program Office at Eglin AFB, FL, seeks sources and information for a system performance based contract, which will provide Interim Contractor Support (ICS) tasks for the Deployable Power Generation and Distribution System (DPGDS). The DPGDS is made up of a 920kW prime power unit (MEP-PU-810A & B), primary switching center, secondary distribution center, various power distribution panels, remote area lighting system, cable reel pallet assembly, expeditionary fuel system, and various cabling and hardware. The following provides a list of some of the tasks required under this ICS contract: (1) Supply Support: The Contractor shall establish and maintain a supply and transportation priority system providing DPGDS parts and establish a worldwide distribution system. The Contractor shall also ensure that best commercial practice marking/labeling and Packaging, Handling, Storage and Transportation (PHS&T) requirements are met. The Contractor shall ship all parts by priority transportation to the requester?s point of origin within 3 business days of its receipt of the request from the Program Office for priority orders and within 7 calendar days of the request for routine orders. When commercial transportation is used, the Contractor is responsible for delays, lost or damaged materials and shall remain obligated to meet the performance requirements of this contract. If Government transportation is directed, the Contractor will ensure that all documentation, marking, labeling, preparation, and packaging are in accordance with appropriate Government regulations and provide pick-up and delivery of all assets as directed by the Government Contracting Office, to/from Air Force Traffic Management Office. (2) Technical Services: The Contractor shall provide technical services to include maintaining and dispatching anywhere in the world, a Field Service Support Team with expertise in medium voltage power generation and distribution systems, and specifically the Deployable Power Generation and Distribution System (DPGDS) equipment, to perform repairs, solve complex maintenance problems that are beyond the Government's capability, and provide On-The-Job-Training (OJT) as required. This support may be required in hazardous duty or differential pay zones, as identified by the State Department. The Contractor will ensure that their designated technical service representatives remain current in standard worldwide immunizations and maintain a passport. The Contractor personnel assigned to provide technical support shall obtain a passport through contractor resources and must comply with the security requirements listed in Industrial Security Manual, DOD and Air Force Series Regulations, and the contract DD Form 254, Contract Security Classification Specification. These personnel will possess a minimum of a ?Secret? security clearance. The Contractor will ensure a ready-to-depart capability within two business days (plus visa acquisition time, if required) of notification from the Government. Travel provisions will be based on the Government Joint Travel Regulations. Specific tasks to be accomplished include but are not limited to: on-site troubleshooting and repair of end-items, Line Replaceable Units, and/or components of the DPGDS; and provide OJT and informal instruction in DPGDS operation, maintenance, installation, removal, and system troubleshooting with special emphasis on safety. This OJT will be authorized and performed by the Contractor only in conjunction with an authorized site repair and only upon approval of the Government. Technical Services will be charged to the Government on Time and Materials CLINs using agreed to rates. (3) ICS and Warranty Management: The Government?s DPGDS Performance Specification will be used by the Contractor to validate parts substitution/interchangeability to ensure they meet the required form, fit, and function (or other essential characteristics) of the original part. Whenever any DPGDS part is changed, substituted and/or modified, the Contractor will update all existing DPGDS documentation and provide the Government all source data and change pages required to update existing Commercial Technical Manuals (CTMs), or provide new DPGDS CTMs, if required. This data will be provided to the Government within 30 calendar days of any change being implemented. The Contractor will manage spares levels, demand data, tracking of parts and historical record of all processed transactions. The Contractor will also manage ICS replenishment and repair requirements on all DPGDS unique items to include receiving, approving, processing, and shipping Government-generated requisitions; verifying service agreements and part warranties, and approving shipment of repairable assets from site locations to the appropriate Contractor location; maintaining contact with ICS suppliers and vendors to identify and resolve all part problems such as long lead-time items, discontinued parts, and vanishing vendors; documenting part identification changes, and updating the ICS spares list to reflect correct parts identification information including part interchangeability and substitution data. (4) Spares Analysis: At the end of the ICS period, the Contractor will provide to the Government an Line Replaceable Unit (LRU), component and repair parts demand data report containing a summary of the following key elements: failure trends, Reliability and Maintainability information, Mean Time Between Failure and Mean Time Between Critical Failure rates, mission criticality, order/ship times, and warranty repairs. The Contractor will define, track, and report key performance metrics in a monthly report during the ICS phase. Metrics shall include, but not be limited to parameters such as spares procurement, demand rates, warranty failures, and repair turn-around times; (5) Meeting Support: The Contractor will participate in the quarterly DPGDS Sustainment Integrated Product Team meetings and a maximum of two other scheduled meeting per year. At these meetings the Contractor will report all demand data, warranty repairs and identify all items that were transferred to the Government during the previous quarter. (6) All parts or services provided by the ICS contractor will be in accordance with the warranty requirements under the basic contract so as not to void the prime contractor?s 30-month warranty. (7) Offerors will be required to demonstrate and/or certify their ability to provide the system peculiar and common parts worldwide, in the required time frame. The offeror will also be required to demonstrate and/or certify their technical knowledge of medium power generation and distribution systems, and specifically the DPGDS equipment and capabilities by performing set-up, operation, and troubleshooting of induced faults. To initiate an exchange of information AAC/WMO requests that interested parties submit both of the following: (1) an up to 10-page paper, with technical concepts of how you would provide the needed ICS, and (2) any product brochures or marketing materials outlining capabilities that you have provided this type of support previously to either a military or commercial agency. Responses will be evaluated and a list of potential suppliers will be established containing those firms determined capable of fulfilling the Government?s requirements. This sources sought/request is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the Government to acquire any follow-on acquisitions. The Government does not intend to award a contract on the basis of this Sources Sought Synopsis, or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this synopsis and Government use of such information. The Government reserves the right to reject in whole or in part any industry input as a result of this Synopsis. The Government recognizes that proprietary data may be part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. For further information concerning technical aspects contact Mr. Joe Stromsness, Program Manager or Mr. Bill Moeller, Program Logistics Manager, AAC/WMO, 314 W. Choctawhatchee Ave, Suite 104, Eglin AFB, FL 32542-5717, or by telephone at (850) 882-4686, extensions 221 and 350, respectively, e-mail addresses are: william.moeller@eglin.af.mil or joseph.stromsness@eglin.af.mil. For, contracting information contact Ms Karen Turner, Contracting Officer, AAC/WMOK, 314 W. Choctawhatchee Ave, Suite 104, Eglin AFB, FL 32542-5717, or by telephone at (850) 882-4686, extension 316, e-mail address is Karen.Turner@eglin.af.mil. For further information, you may also contact Mr Dennis Fields, contracting specialist at (850) 882-4685 x336, email dennis.fields@eglin.af.mil. Firms responding to this synopsis should state whether they are or are not a small business concern or small, disadvantaged business concern as defined by FAR 52.219-1 and 52.219-2, respectively. The Government reserves the right to consider a small, business set-aside based on responses hereto. Responses to this Synopsis should be mailed to AAC/WMO, 314 W. Choctawhatchee Ave, Suite 104, Attn: Ms Karen Turner, Contracting Officer, Eglin AFB FL 32542-5717 within 15 calendar days after the publication of this announcement.
 
Record
SN00272417-W 20030308/030306213405 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.