Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOURCES SOUGHT

J -- Maintenance Support Requirement for Iraqi Security Forces

Notice Date
9/22/2009
 
Notice Type
Sources Sought
 
Contracting Office
US Army Sustainment Command, ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-09-R-0243
 
Response Due
10/15/2009
 
Archive Date
12/14/2009
 
Point of Contact
Barbara Voss, 309-782-8142
 
E-Mail Address
US Army Sustainment Command
(barbara.voss@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice and it does not constitute a solicitation. The U.S. Government is conducting a market survey of industry to identify sources that are interested in fulfilling the maintenance support requirement for the Iraqi Security Forces (ISF) at select sites within Iraq. The majority of contractor maintenance support tasks will focus on materiel maintenance management functions. Additionally the contractor will provide maintenance training designed to assist/sustain a given sites maintenance repair personnel. The contractor shall have the ability to deploy Mobile Support Teams (MST) to ISF locations on an as needed basis to perform light and medium repairs. The MST will also be used to sustain both coalition and contractor Government Furnished Equipment (GFE). MSTs may be authorized to maintain a limited stockage of parts and POL products to sustain Government Furnished Equipment vehicles used by the ISF. Contingent upon ISF cooperation and participation, the contractor may be tasked to develop a scheduled maintenance program for ISF equipment, perform unscheduled maintenance repairs, perform vehicle body repair and maintenance, manage repair parts, and refine/develop the WEBManage automated maintenance management information system in support the ISF maintenance system. The contractor shall also assist with the sustainment of the Class IX Joint Repair Parts Command (JRPC) complex at Taji, Iraq. In addition, the contractor will be responsible for maintenance, training, and repair capabilities for Night Vision Devices (NVD) issued to ISF. Bilingual (Arabic / English) capability to ensure smooth interaction with U.S. Government representatives at individual maintenance locations will be a contract requirement. The bilingual capability is also required to facilitate contracted employees access to military aircraft, Morale Welfare and Recreation facilities, Coalition Forward Operating Bases, dining facilities, and medical treatment facilities. It is anticipated that the U.S. Government will hold a site visit in the near future. However, no information to that effect is provided at this time and all interested parties are advised to continue to check FedBizOpps for further announcements. It is anticipated that this solicitation will be issued on a full and open basis. Parties interested in responding to a solicitation for this requirement, are invited to indicate their interest by providing a brief summary to the Government. The summary shall include the companys capabilities, including a brief description of facilities, personnel and past experience as it relates to this requirement. This information shall be submitted to Ms. Barbara Voss, Barbara.Voss@us.army.mil. Please respond no later than 15 October 2009. All information collected from this market survey shall be used for planning purposes only. Do not mistake this sources sought as a request for proposal or as an obligation on the part of the government. The government does not intend to award a contract based on this market survey or otherwise pay for information solicited. Please identify any proprietary information submitted. All information submitted will be held in a confidential status.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAA09/W52P1J-09-R-0243/listing.html)
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN01964998-W 20090924/090923000808-a356a19a8098f949528d54b71c88e64c (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.