Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2004 FBO #0976
SOURCES SOUGHT

R -- Contractor shall provide engineering and logistic services to operate, maintain, and expand the functionality of the Aviation Computerized Maintenance System (ACMS)

Notice Date
7/27/2004
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD or Support Procurement Building 79, 75, 79, 78, 78 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-04-R-S00002
 
Response Due
9/8/2004
 
Archive Date
9/23/2004
 
Point of Contact
Peter Thomas, Support Contract Specialist, Phone 252-335-6643, Fax 252-335-6840, - Gus Holzmiller, Support Contracting Officer, Phone 252-335-6436, Fax 252-335-6840,
 
E-Mail Address
pthomas@arsc.uscg.mil, gholzmiller@arsc.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Sources are sought to provide engineering and logistic services in accordance with the following information: The U.S. Coast Guard Aircraft Repair & Supply Center, Engineering and Industrial Support Division, Elizabeth City, NC, to acquire engineering, logistics and technical services for the Aviation Computerized Maintenance System (ACMS) located at this complex. The contractor shall provide engineering and logistic services to operate, maintain, and expand the functionality of the Aviation Computerized Maintenance System (ACMS). The ACMS module of ALMIS performs scheduling and reporting tasks in support of the maintenance activities for the Coast Guard's fixed and rotary wing aircraft, Mandatory Special Requirements (MSR) items, and selected Special Requirements (SR) items. ACMS also manages aircraft configuration data to provide tracking and maintenance history for all items designated as Serial Number Tracked (SNT) components or assemblies. The tracking of maintenance, repairs, calibration, and transportation times of avionics equipment and aircraft components is also performed. Operational, managerial, and system reports are produced on demand and on an automated basis. Coast Guard is not entertaining new software and/or hardware configuration. IMPORTANT: This is a re-posting of a previously synopsized requirement under a new solicitation number. The old solicitation number was: DTCG38-02-R-S90001 and is hereby cancelled. Solicitation number HSCG38-04-R-S00002 will be released at a future date and as a competitive Request for Proposal (RFP). A firm-fixed price requirements contract is contemplated and contract type shall be an Indefinite Delivery Indefinite Quantity (IDIQ) Labor-hour. The Government intends to make a single award. The NAICS code for this acquisition is 514210. This is a 100% Small Business set-aside. Only small businesses will be considered for award. The Service Contract Act applies; therefore, Department of Labor Wage Determination #1994-2543 revision #32 will be incorporated into the solicitation. There is one of two possibilities concerning the contract duration, i.e., 1.) A base period of one year, plus 4 one-year option periods, total contract duration of 5 years, or 2.) An award term, i.e., base period of three years, plus 7 one-year award terms, total contract duration of 10 years. Upon the release of the RFP, the period of performance will be definitized. The Request for Proposal shall require separate technical and price proposals to be evaluated on a best value basis for award. The technical evaluation criteria, follows in descending order of importance: On-Site Management/Experience/Trained Personnel, Relevant Experience, Operating Procedures to Accomplish Requirements, and Past Performance. In addition, all offerors are required to forward references concerning their past performance regarding their capability to perform this type of service for the last three calendar years. One contractor will be selected whose proposal is determined to be the best value based on Source Selection Procedures. Note, the Statement of Work will be available on our website within a week of this posting; this does not constitute a formal Request for Proposal (RFP). For information refer to: http://www.uscg.mil/hq/arsc/Contracting/coco.htm. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. IT IS THE PROSPECTIVE OFFEROR?S RESPONSIBILITY TO CHECK THE WEBSITE FOR UPDATES, AMENDMENTS, OR ADDITIONAL INFORMATION. THE GOVERNMENT WILL NOT BE HELD RESPONSIBLE FOR ANY INFORMATION A PROSPECTIVE OFFEROR DOES NOT RECEIVE ONCE THE INFORMATION IS AVAILABLE ON THE LISTED WEBSITE. The prospective contractor must be registered in the Central Contractor Registration (CCR) to be eligible for award. Contractors may register in the CCR by visiting the CCR website at www.ccr2000.com. Offerors are strongly advised to access the U.S. Coast Guard Aircraft Repair & Supply Center?s Internet Homepage http://www.uscg.mil/hq/arsc/Contracting/coco.htm frequently for revised information. Requests for a copy of the RFP shall be in writing and mailed to the following address or you may correspond via email to: pthomas@arsc.uscg.mil. Offeror?s shall include solicitation number, business name and address, point of contact, telephone number, email address, facsimile number, cage code and DUN and Bradstreet Number. Requests are to be submitted to: USCG Aircraft Repair and Supply Center, Procurement Support Services, Building 63, Elizabeth City, NC 27909-5001, Attn: Mr. Peter Thomas. Note: contractors that are Debarred, Suspended, or Proposed for Debarments are excluded from receiving contracts. See Number Notes: 1 and 13.
 
Place of Performance
Address: U. S. Coast Guard, Aircraft Repair & Supply Center, Elizabeth City, NC
Zip Code: 27909
Country: USA
 
Record
SN00630901-W 20040729/040727211548 (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.