Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
SOLICITATION NOTICE

14 -- Product-Based Contractor Logistics Support for M142/M270A1 MLRS and HIMARS suite of rockets and missiles for the launchers systems concerned with the Precision Fires Rocket and Missile Systems (PFRMS) weapon systems and platforms.

Notice Date
3/18/2008
 
Notice Type
Solicitation Notice
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Letterkenny Army Depot,Directorate of Contracting, ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
 
ZIP Code
17201-4152
 
Solicitation Number
W911N208R0091
 
Response Due
4/10/2008
 
Archive Date
6/9/2008
 
Point of Contact
david.s.doty, 717-267-9753
 
E-Mail Address
Email your questions to Letterkenny Army Depot,Directorate of Contracting
(david.s.doty@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The contractor shall provide support to the PFRMS Logistics Directorate. Such support shall consist of system analysis, integration, implementation, operation, maintenance, and technical support of various logistics and training systems concerned wi th PFRMS weapon systems and platforms. The contractor shall provide the necessary staff to plan, direct, organize, and manage all contractor activities of this scope of work and to coordinate contractor activities with the System Support Division. Contra ctor personnel shall continuously stay abreast of applicable leading edge technologies and methodologies, and maintain currency in state-of-the-art technologies and trends. The contractor is responsible for maintaining this currency at no additional cost to the Government. The Contractor shall provide the expertise to support the Logistics Data Management System (LDMS). This effort includes management of the existing database, performing quality checks of the data, performing daily screening/monitor ing of the data, entry of Table of Distribution and Allowance (TDA) unit information, and calculation of metrics based on the data. In addition, the contractor shall understand and interface with RepairEdI software and resolve database issues between Repa irEdI and the prime contractor for the platforms. The contractor shall acquire all software licenses required to provide this support for US Army and USMC, as directed. The contractor shall establish and maintain an interface with prime contractor, Gover nment and RAM to identify and obtain missing data. The contractor shall use the LDMS to develop reports and queries in support of various activities as requested by the Government (such as Weapon System Reviews, etc.). The contractor shall perform checks of the database against the Standard Army Retail Supply System (SARSS)/Unit Level Logistic System (ULLS). The contractor shall verify and manipulate catalog files, perform warehouse updates for TDA, process requisitions for USAFAS, OMEMS, and the test fl eet as well as perform coordination with LOGSA. The contractor shall extract and report realistic measures of performance such as mean time between failures (MTBF), operational tempo (OPTEMPO), mean time to repair (MTTR), turn around time (TAT), no eviden ce of failure (NEOF), and parts usage. The Contractor shall provide overall program management and administrative support to ensure that the requirements of the contract are satisfied. The Contractor shall document program status and accomplishments , upcoming activities, identified issues and their resolution, CDRL status, and a summary of the Program Schedule and funding expenditures. (DI-MGMT-80227) (DI-FNCL-80331) The Contractor shall provide the expertise to produce the required modificatio n enhancements for the Field Service Representative (FSR) shelters (provided as GFP), procure the required parts and assemblies for prototype development and assembly, and integrate those assemblies on the end item contact team shelters. The contractor sh all support development, planning and modifications of shelters to support operations for HIMARS and document existing S250 package for conversion to S788. You shall coordinate with government agencies for any Engineering Change Proposal (ECP) changes tha t the new shelter would require; develop and support approval/change process for the HIMARS contact team shelter Technical Bulletin; and assist with procurement of HIMARS contact team shelter modification kits. You shall assist with development of supply p rocedures for Shelter Life Cycle Contractor Support (LCCS). The contractor shall support M270A1 fielding program for modifications to shelters and support equipment and provide the installation expertise to apply the kits in the field in support of PFRMS modification plans. The contractor shall support these activities in both CONUS and OCONUS. If required by the complexity of any changes to the shelters or by a change in prime mover, the contractor shall coordinate for, schedule and/or perform necessary analysis or testing as directed by the PFRMS PMO to demonstrate that troop safety, transportability, maneuverability and mobility have been maintained within t he design constraints of the shelter and the prime mover. The Contractor shall receive, store and ship GFE radio kit components as directed by the Government. The contractor shall on receipt inspect components for kind, count and condition; assemb le and pack them into individual kits. The contractor shall per PFRMS direction ship the kits to BAE (formerly S&S) Sealy, TX. The contractor shall maintain inventory status and provide reports. The contractor shall develop a program inspection and tes t plan. The contractor shall build/assemble M142 HIMARS operator and maintenance tool kits. Upon PFRMS Program Office direction, this will consist of either: 1) receipt of tool kits from the Government, inventory of tool kits, identification of shor tages, procurement/local purchase of shortage items, reassembly of the completed tool kits, packaging, preparation for shipment and shipment to the designated receiving unit; or, 2) procurement/local purchase of the entire tool set, inventory, assembly, pa ckaging, preparation for shipment, and shipment to the designated receiving unit. The determination of methodology will be based on cost advantage and efficiency for the Government. It is possible that the contractor will support both methodologies durin g periods of transition. This activity will be supported from Government provided/contractor staffed facilities at Fort Sill, OK (currently Building 954). You shall maintain an integration facility for this effort at Ft. Sill, OK (Building 954) wher e many of the tasks to be accomplished under this contract will be conducted. The contractor shall, in support of LCCS TDA Spares management, act as the central control point for the distribution of spares (at Fort Sill, OK). Upon receipt of the e -mail request for spares: validate the requirement, determine asset availability from the project office account (BRX) through LDMS (Appendix C for Part Number) and forward the e-mail requisition to the appropriate personnel (including LMMFC-D) indicating that the item is being issued. In addition, you shall: update and account for assets in the LDMS inventory; requisition replacement asset through LDMS as required; monitor and control activities relative to the TDA spares; provide information to the LCCS manager as required; monitor and ship/move assets; expedite shipment of serviceable asset to location listed on the e-mail request; receive serviceable materials; and place serviceable assets into stockage.
 
Place of Performance
Address: Letterkenny Army Depot,Directorate of Contracting ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
Country: US
 
Record
SN01535334-W 20080320/080318224605 (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.