Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOLICITATION NOTICE

R -- (REF) Field Service Support (FSS) to Intelligence Surveillance and Reconnaissance (ISR) and or like equipment

Notice Date
2/23/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
RDECOM Contracting Center - Aberdeen (RDECOM-CC), ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-10-T-0036
 
Response Due
3/16/2010
 
Archive Date
5/15/2010
 
Point of Contact
Danielle Moyer, 410-306-0268
 
E-Mail Address
RDECOM Contracting Center - Aberdeen (RDECOM-CC)
(danielle.moyer@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The U.S. Army Research, Development and Engineering Command Contracting Center intends to release request for proposal W91CRB-10-R-0036 on or about 8 March 2009 for a contract to provide Outside Continental U.S. (OCONUS) Field Service Support (FSS) to Intelligence Surveillance and Reconnaissance (ISR) and or like equipment procured by the Rapid Equipping Force (REF) and issued to Army units in the Army Central Command (CENTCOM) Area of Responsibility (AOR). FSS shall be in the form of Field Support Technicians (FST) in the CENTCOM AOR (OIF and OEF) and a CONUS based Task Manager (TM), for the installation, maintenance, training and sustainment of ISR and or like equipment. REF issued ISR and or like equipment will be assembled and installed by Contractor at the recipient unit location (secure Combat Operating Post). Each piece of equipment will be jointly inspected and inventoried by a combined team made up of both Contractor and government personnel. The contractor shall create work packages consisting of tasks, parts and work schedule and then tracked for each piece of equipment from the initial joint inspection with government customer to final inspection and delivery back to the government customer by the Contractor. When a piece of equipment is deemed Non-Mission Capable (NMC) by the government it will be returned to the Contractor who shall further inspect the item for completeness and serviceability and perform all services necessary to bring the equipment to Full Mission Capable (FMC status in accordance with (IAW) manufacturers or Original Equipment Manufacturer OEM) standards. The government customer will conduct an acceptance inspection of the equipment from the Contractor. Equipment requiring further work will be returned to the Contractor to accomplish that work. The solicitation will be issued as a commercial solicitation on a full and open basis set aside for Service Disabled Veteran Owned Small Businesses. The solicitation will result in one contract with a one year period of performance. The contract will be a combination of Firm Fixed Priced and Time and Materials (used for material only). The official release of the Request for Proposal (RFP) will be posted on the internet at the Army Single Face to Industry (ASFI) web site located at the following address: https://acquisition.army.mil/asfi/default.cfm. The on-line version of the RFP includes all documents of the solicitation package. No hard copy of this RFP will be issued. Amendments, if any, will be posted at the same location as the solicitation. The complete solicitation package, including amendments, should be received and reviewed prior to submitting a response. It is the responsibility of those responding to the solicitation to obtain all amendments and/or other applicable documents. Danielle Moyer is the point of contract for this action, telephone 410-306-0268, fax 410-306-3915 or email: danielle.moyer@us.army.mil. All questions and/or comments in response to this solicitation shall be submitted in writing and emailed to danielle.moyer@us.army.mil. It is the potential offerors responsibility to monitor the Army Single Face to Industry website on a regular basis for any updates to these documents. Other documents, as necessary, will be posted when available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/15464de8972fd27d4461fc2a307284f8)
 
Place of Performance
Address: RDECOM Contracting Center - Aberdeen (RDECOM-CC) ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02072494-W 20100225/100223234928-15464de8972fd27d4461fc2a307284f8 (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.