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

59 -- 59-Potential Sources Sought Notice (not a formal request for Proposal or RFP) for Contractor Logistic Support (CLS) for Enhanced Position Location Reporting Systems (EPLRS) Receiver-Transmitter (RT)

Notice Date
3/18/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-4162-1
 
Response Due
4/2/2008
 
Archive Date
6/1/2008
 
Point of Contact
Andrea Ferrell, 732-532-5585
 
E-Mail Address
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(andrea.ferrell@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army is seeking to locate potential source(s) that can provide contractor logistical support (CLS) and depot repair of all fielded configurations of the Enhanced Position Location Reporting Systems (EPLRS) Receiver-Transmitter (RT), begin ning in about April/May 2009. The length of this CLS effort is six (6) years with four (4)  1 year option, for a total of a ten year effort, involving approximately 1100 RT repairs per year. The CLS effort consists of depot repair effort to include: inspe ction, diagnosis, and troubleshooting, testing, verifying functionality to restore the end items and repairable subassemblies or equivalents to serviceable condition. The CLS effort shall also upgrade, revise, and process logistics data and requirements as applicable, and perform other tasking as required, to successfully support the fielded EPLRS RT radios. The functional capabilities for which the end item was designed will not be changed, modified, or altered. The functional configuration will also not be changed, modified, or altered during repair unless directed by a Government approved Engineering Change Proposal (ECP). The CLS effort shall provide depot repair for all Government Furnished Equipment (GFE) hardware and ensure that all GFE remains in se rviceable condition. The CLS effort shall perform the minimum required to return any GFE equipment to a serviceable condition for its intended operational use. The CLS effort shall repair end items received from authorized users in the United States Army ( USA), the United States Air Force (USAF) and Air National Guard (ANG), the United States Marine Corps (USMC), and any other authorized Government agencies in other US military services. The CLS effort shall then return serviceable replacement end items wit hin a repair turn-around-time (TAT) of thirty (30) days from the induction of said item into the Contractors facility, thru the Army Standard Supply System repair process. The repair process also utilizes Commercial Asset Visibility (CAV) which allows the Government to monitor the rate of stock usage at the contractors plant and assist in preventing zero stock balance availability. TAT measurement will begin upon the contractors receipt of the repairable item accompanied by a properly executed DD Form 1149, or equivalent, and end upon placement of item into Depot stock. Special shipping support will be provided by the contractor to establish a worldwide express address to support all customers including outside of continental United States (OCONUS). Th e contractor shall obtain all necessary customs and other government authorizations, licenses, and permits to ship equipment to, and receive equipment from any OCONUS location. Identification of the proposed location or locations of depot maintenance suppo rt must be provided to the Government in response to this sources sought notice. In addition to the above described repair services, the Government requires field service representative (FSR) support, management of design changes and ECPs as directed by t he Government, and perform hardware upgrade and retrofit of fielded systems, which for DOD now number in total RTs in the field of over 19,000. Note that the Government only owns performance specifications for the RT, and the RT internal drawings/design /repair procedures are proprietary to the original equipment manufacturer (OEM)  Raytheon Company. The performance specification for the latest production configuration of the EPLRS can be emailed to interested parties by contacting Mr. Victor Pinlac, (73 2) 532-5467, Fax 732-532-9135, E-mail: victor.pinlac@conus.army.mil or Ms Lynda Macdonald, IMS, Comm 732-532-4189, FAX 732-532-9135, email, Lynda.MacDonald@conus.army.mil, Lynda.MacDonald@us.army.mil. Interested parties may identify their interest and ca pability to respond to this requirement. The response should be a short introductory description (unclassified) of a viable approach meeting the above needs. In addition, this is a continuation of CLS effort, currently being performed by the incumbent, Raytheon Company. All inquiries may be directed to Mr. Victor Pinlac, (732) 532-5467, Fax 732-532-9135, E-mail: victor.pinlac@conus.army.mil or Ms Lynda Macdona ld, IMS, Comm 732-532-4189, FAX 732-532-9135, email, Lynda.MacDonald@conus.army.mil, Lynda.MacDonald@us.army.mil. This market survey (sources sought) is not a request for competitive proposals. Capabilities/qualifications will be evaluated solely f or the purpose of determining whether or not to conduct this procurement on a competitive basis. Responses will be evaluated for their viability. The determination of the procurement strategy, based upon responses to this market survey, is solely within the discretion of the Government. This market survey is for information and planning purposes only, does not constitute a solicitation for bids or proposals, and is not to be construed as a commitment by the Government. The deadline for response to t his sources sought notice is NLT 2 April 2008. EMAIL-ADDRESS: victor.pinlac@conus.army.mil or Lynda.MacDonald@conus.army.mil.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01535373-W 20080320/080318224647 (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.