Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2004 FBO #1042
SOURCES SOUGHT

R -- Program Executive Officer for Special Programs Support

Notice Date
10/1/2004
 
Notice Type
Sources Sought
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-05-X-0821
 
Response Due
10/15/2004
 
Description
The US Army TACOM-ARDEC Picatinny Center for Contracting and Commerce in support of the US Special Operations Command (USSOCOM) Program Executive Officer for Special Programs (PEO-SP) is seeking sources for program and technical support services. The Research, Development and Engineering Command ? Armaments Development, and Engineering Center (RDECOM-ARDEC) and Project Manager ? Maneuver Ammunition Systems (PM-MAS) in conjunction with USSOCOM PEO- SP are currently investigating the generation, propagation, and interaction of various target effects produced from advanced weapons, munitions, and energy technologies to operate across the full special operational spectrum creating the desired target from lethal to less-than-lethal. PEO-SP has identified the need for a Liaison Officer (LNO) at McDill Air Force Base (AFB) in support of advanced armaments systems and technology efforts. In support of the advanced armament systems and technology efforts the LNO will support ARDEC and the Program Manager for Mobility Armament Systems (PM-MAS) working through the ARDEC Special Armaments and Technology Manager as well as USSOCOM PEO-SP Managers. The contractor must have an in-depth knowledge of the PEO-SP portfolio in both classified and unclassified areas; and have experience in dealing with classified units. This support is required to be conducted with non-standard users and at non-standard locations. The contractor shall support new program requirements and funding generation and link emerging military and civilian armament products for consideration to meet these needs. On a worldwide basis, including interaction with foreign government agencies and industries, the contractor shall conduct mission need coordination to identify and assess current, new, or emerging armament systems/component providing feedback on mission suitability and requirement resolution to the PM?s and ARDEC. The contractor shall provide input to design and planning for existing and new USSOCOM armament systems as required to support systems upgrade, identify funding, and develop operational requirements documentation and technical performance specifications that achieves the desired target effects. The contractor shall advise and assist the Government, but shall not make final decisions or certifications on behalf of the Government, nor perform any inherently Government functions. The contractor shall not represent the Government no appear to represent the Government in performance of these contract services. The primary location for the performance of work under any ensuing contract would be McDill AFB, FL; however travel may be required. The contractor must have or be able to obtain TS-SCI clearance for the performance of activities in the performance of this contract. All interested contractors will have to address in their proposal to the formal Request For Proposal) (RFP), when distributed, all areas of their expertise listed in this requirement. The complete requirements will be included in the Statement of Work (SOW) issued with the RFP. The NAICS code is 541330, and the SIC code is 8999. All responses will be considered for inclusion in the distribution list and must include proof of the ability to provide the following type services ? program planning and execution support, emerging technologies, test support, analytical and programmatic support of PEO-SP mission functions ? including performance information and references on the contractors abilities. RFP responses will include contract labor categories and rates for this service. All responses must include company name, address, POC, phone number, fax number, email address, business size, taxpayer identification number, DUNS number and CAGE code. All contractors must be registered in the Central Contractor Registration at http://www.ccr.dlis.dla.mil/ccr/scripts/index.html. All responses must be received no later than 15 days after publication of this notice. All responses shall be submitted electronically to Mr. James L. Turner, Contract Specialist at jlturner@pica.army.mil. All appropriately supported responses will be provided the RFP and SOW for preparation and submission of a proposal. This is a sources sought notice for planning purposes only. This is not a solicitation and is not to be construed as a commitment by the Government.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-05-X-0821)
 
Record
SN00687864-W 20041003/041001211958 (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.