Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2006 FBO #1663
SOLICITATION NOTICE

A -- New Equipment Training (NET) for 350,000 BTUH Self Powered, Diesel Field Heaters (LCFH)

Notice Date
6/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
333414 — Heating Equipment (except Warm Air Furnaces) Manufacturing
 
Contracting Office
US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
DAAB1502C0019
 
Response Due
7/31/2006
 
Archive Date
9/29/2006
 
Small Business Set-Aside
N/A
 
Description
The US Army Communications Electronics Life Cycle Management Command C-E LCMC Acquisition Center  Washington intends to solicit and negotiate with Hunter Manufacturing Company on behalf of The US Army Research, Development and Engineering Command, Communications and Electronics Research, Development and Engineering Center, Environmental Systems & Fuel Cell Branch, for the acquisition of New Equipment Training (NET) segmented into the following training areas: Operator, Maintainer and TADSS training in support of 350,000 BTUH Self Powered, Diesel Field Heaters (LCFH). It is the intent of the Army to include ID/IQ CLINs within the existing LCFH contract, number DAAB15-02-C-0019, for the purchase of the following NET on an as needed basis. It is expe cted that the maximum quantity purchase will not exceed $45,000. The minimum guaranteed amount will be $2,659 over the life of the contract. 1. Operator Training: The contractor shall provide training of LCFH Operators in accordance with the Program of Instruction (POI) of the finalized Operator Training Materials developed during the LRIP phase of this contract. Labor and Materials shall b e priced per 20 students. The contractor shall provide all trainers, planning, materials, and equipment necessary for proper instruction. New LCFH units for demonstration will be provided by the Government. The training sites will be Ft. Drum, NY; Ft. B ragg, NC; Ft. Stewart, GA; Ft. Hood, TX; Ft. Stewart, GA; Ft. Hood, TX; and Ft. Lewis, WA. Training dates will be specified by the Government. 2. Maintainer Training: The contractor shall provide training of LCFH Maintainers in accordance with the POI of the finalized Maintainer Training Materials developed during the LRIP phase of this contract. Labor and Materials shall be priced per 6 student s. The contractor shall provide all trainers, planning, materials, tools, and equipment necessary for proper instruction. New LCFH units for Hands-On training will be provided by the Government. The training sites will be Ft. Drum, NY; Ft. Bragg, NC; F t. Stewart, GA; Ft. Hood, TX; Ft. Stewart, GA; Ft. Hood, TX; and Ft. Lewis, WA. Training dates will be specified by the Government. 3. TADSS Training: The contractor shall provide training of selected personnel on the installation and use of the TADSS devices. The training sites will be Aberdeen Proving Grounds, MD; Camp Shelby, MS; Salinas, KS; and Fort McCoy, WI. The contractor sh all coordinate one visit to each of these sites at a date and time that is acceptable to the Government. The Point of Contact for each site shall be provided by the Government. The training must effectively train the trainers to install and operate the T ADSS devices. The training will include demonstration of the installed TADSS devices. No training shall be conducted until the LCFH units and TADSS devices are available for demonstration. It is the intent of this office to award this modification to contract DAAB15-02-C-0019 on the basis of other than full and open competition under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 30 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a compet itive procurement. All offerors must be registered with the Central Contractor Registration in accordance with FAR 52.204-7 and DFARS 252.204-7004. Responses shall be submitted via e-mail or fax within 45 calendar days of the date of this notice to Ms. Nancy Lyons, Contract Specialist, e-mail: Nancy.Lyons@cacw.army.mil, fax: 703-428-1696, or Ms. Patricia Davis, Contracting Officer, e-mail: Pat.Davis@cacw.army.mil. The technical point of contact for this requirement is Mr. Nicholas Joh nston at Nicholas.Johnston@armypower.army.mil. The statutory authority for other than full and open competition is 10 USC 2304 c (1). All requests for further information must be in writing or via email to nancy.lyons@cacw.army.mil. See Note 22 and 26.
 
Place of Performance
Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN01069609-W 20060616/060614221843 (fbodaily.com)
 
Source
FedBizOpps 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.