Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOURCES SOUGHT

58 -- Market survey to identify contractors with the interest, capability to RESET, REFRESH the Distributed Common Ground System-Army Enabled, Analysis and Control Element.

Notice Date
4/12/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
CECOM Contracting Center,Washington (CECOM-CC), ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-10-RFI-IE10
 
Response Due
5/3/2010
 
Archive Date
7/2/2010
 
Point of Contact
Rosetta Wisdom-Russell, 703-704-0826
 
E-Mail Address
CECOM Contracting Center,Washington (CECOM-CC)
(rosetta.wisdomrussell@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U. S. Army CECOM- Acquisition Center - Washington is conducting a sources sought market survey to identify contractors with the interest/capability to RESET/ REFRESH the Distributed Common Ground System-Army Enabled, Analysis and Control Element (DE ACE). The Government defines RESET as the specific maintenance required to correct materiel damage or failure, as required to restore the basic/end item assembly, or subassembly to a normal serviceable condition. Additionally, RESET/REFRESH also includes limited depot overhaul which utilizes depot diagnostic, inspection, and testing techniques,to determine the nature and extent of repair required to restore equipment to a serviceable condition and qualify the equipment for domestic issue and/or overseas shipment. The contractor shall be responsible for updates to both the Operators and Maintainers Technical Manuals; performing engineering services necessary to demonstrate each systems functionality and aid Government representatives with Factory Acceptance Testing (FAT); and delivering a drawing package documenting all design changes. The DE ACE is comprised of but not limited to the following major components: Generator, HMMWV, ECU, and Rigid Wall Shelters. The bulk of the work associated with this effort will be performed at the contractors facility; however, travel to the PM DCGS-As field office located at West Fort Hood, Texas, will also be required to support evaluation and testing efforts. The resulting contract will be a five year Indefinite-Delivery-Indefinite Quantity contract (IDIQ). Contractor employees will be required to have TS/SCI clearances; additionally, this effort requires that the contractor have a TS/SCI cleared facility in which to perform the work. The contractor must demonstrate the ability to reset multiple systems simultaneously as the schedule calls for multiple rotations and is subject to change at any given time. Potential sources are requested to submit a statement of their interest along with a description of their proposed approach and experience in providing the type of service requested by this market survey within 15 days from the posting date of this notice. The responses shall include documentation that demonstrates that the offeror can, in fact perform the services needed which include the ability to: RESET/REFREST of the DE-ACT, equipment performance and aid Government reps with FATs, provide input to both the Operators and Technical manuals; update technical drawing packages and provide technical assistance to address design issues which may arise as a result of the on-going implementation of the DCGS-A enabling of the ACE. This is not a request for proposals; all information received by the due date will be considered by the Government. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort.. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information submitted. Information submitted in response to this Sources Sought will be considered an exchange of capabilities and ideas. All responses must be received NLT close-of-business on May 3, 2010. Technical questions and responses should be addressed to: Ms. Ollie L. Johnson, PM, DCGSA-IF, 10115 Duportail Road, Bldg 363, Fort Belvoir, VA 22060 Industry will be informed of project updates through publications in the FEDBIZOPS and postings on CECOM Interactive Business Opportunities page. CECOM has established the Interactive Business Opportunity Page (IBOP) website to allow electronic transmittals of data from CECOM to industry. All parties interested in doing business with CECOM LCMC are invited to access, operate, send and receive information on the IBOP at https://abop.monmouth.army.mil. Upon accessing this web page, click on the drop-down located under Army PreAward and select appropriate organization and click GO and follow the directions to gain access to potential business opportunities. Please be advised that hard copies of documents will not be made available; you must download them from the IBOP. You may access potential business opportunities by simply typing GUEST for the log-on ID and password. Registration for a user ID and password will only be necessary when you are considering the submission of proposals through the IBOP. Please contact the IBOP Help Desk, at (732) 532-1840 or (732) 532-5246 for any technical assistance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3e0a53c592e2c6ea01ee0bc60d7269fc)
 
Place of Performance
Address: CECOM Contracting Center,Washington (CECOM-CC) ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02119524-W 20100414/100412235002-3e0a53c592e2c6ea01ee0bc60d7269fc (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.