Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

16 -- Competitive Small Business Set-Aside for the Engineering Directorate of the Aviation and Missile Research, and Engineering Center (AMRDEC) for Flexible Engine Diagnostic System (FEDS) Production and Support

Notice Date
9/7/2010
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
AMCOM Contracting Center - Missile (AMCOM-CC), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q10R00420001
 
Response Due
12/30/2010
 
Archive Date
2/28/2011
 
Point of Contact
Nicole Meenen, 256-313-4644
 
E-Mail Address
AMCOM Contracting Center - Missile (AMCOM-CC)
(nicole.meenen@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The contractor shall provide support to the Engineering Support Division (ESD) of the Engineering Directorate of the Aviation and Missile Research, Development, and Engineering Center located at Redstone Arsenal, Alabama. This requirement is for research, design, development, production, operations support, and acquisition of material for the programs managed and/or support by the ESD. Supported programs include Integrated Family of Test Equipment (IFTE), Base Shop Test Facility (BSTF), IFTE Commercial Equivalent Equipment (CEE), Soldier Portable On-System Repair Tool (SPORT)/Maintenance Support Device (MSD)-Internal Combustion Engine (ICE), Contact Test Set (CTS), Electro Optical Test Facility (EOTF), Next Generation Automatic Test System (NGATS), Electronic Repair Shelter (ERS), General-purpose Electronic Test Set (GETS), VTS-1000, Missile Automated Test Equipment (MATE), Vehicle Automated Diagnostic System (VADS) & Test Adapter Vehicle (TAV), Embedded Analog System (EAS), Remote Maintenance System (RMS), Electronic Equipment Test Facility (EETF), CALSET 2000 (AN/GSM 421 & 705), Calibration Vans (AN/GSM 286 & 287), Flexible Engine Diagnostic System (FEDS), Non-Destructive Test Facility (NDTF), Army diagnostic test equipment and systems, Prognostics equipment and systems. A primary portion of this effort is the Production and Support Program to remove from the field (worldwide) refurbish and modernize, test and return to the field 15 FEDS, a system managed by Product Manager Aviation Ground Support Equipment. This effort will also include providing operations support of all maintenance test equipment programs managed by the ESD. It is essential that ESD have the ability to develop, produce, support and acquire needed materials for aviation and missile test equipment in a short amount of time in order to meet the needs of their DOD customers. Without this ability, the ESD would not possess the capabilities needed to support their customers, and would therefore be unable to meet the needs of the warfighter. Under this contract the contractor will be required to develop, manufacture, repair and refurbish mechanical, electrical, and electronic systems with their associated software. In order to reduce lead times, and control process the Government plans to furnish some facilities, tools and materials at Redstone Arsenal, AL. However, the contract will need to have additional quickly accessible capability in these areas in order to meet the required timelines for delivery. This procurement is a nationwide competitive small business set-aside, limited to eligible small business concerns under the North American Industry Classification System (NAICS) code 336413. The small business size standard associated with this classification is 1000 employees. The Government will provide a site visit of the Government facilities and a briefing to interested offerors after the solicitation is issued (information will be provided when solicitation is posted). The period of performance for the resulting contract will be from date of award through six (6) years. An Indefinite-Delivery Indefinite-Quantity (IDIQ) contract (also known as a delivery order or task order) with Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) pricing arrangements is contemplated. Competition will be promoted through the use of a two step process for final contract award in which competition will be maintained throughout execution of the first task order which two contractors will be selected to perform concurrently. Based on the performance of each offeror in the first task order and the revised proposal received from the two, the Government will perform a down-select to one contractor for the remainder of the contract effort. This solicitation including attachments (except for the Technical Data Package CD) will be available in approximately 30 to 45 days and a synopsis with the link will be posted at http://www.fbo.gov. The Technical Data Package CD will be available at the site visit/briefing conducted after issuance of the solicitation or can be requested from the contracting officer. This requirement does not allow foreign participation. No telephone requests for this solicitation will be accepted. POC for this action is Nicole Meenen, Contract Specialist, 256-313-4644 (Nicole.meenen@us.army.mil) or Dana Holmes, Contracting Officer, 256-876-5207 (dana.holmes@us.army.mil). All responsible small business concerns meeting the size standard may submit an offer that shall be considered by the agency. See Note 26
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b38efb711af769dbb6df7121a640f2a5)
 
Place of Performance
Address: AMCOM Contracting Center - Missile (AMCOM-CC) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02271245-W 20100909/100908063631-b38efb711af769dbb6df7121a640f2a5 (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.