Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
SOURCES SOUGHT

J -- Sustainment Services for Husky Mounted Detection System

Notice Date
3/16/2011
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
W909MY11Q0011
 
Response Due
3/31/2011
 
Archive Date
5/30/2011
 
Point of Contact
MICHELLE HODGES, 703-704-0846
 
E-Mail Address
CECOM Contracting Center,Washington (CECOM-CC)
(michelle.hodges@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Contracting Center, Aberdeen Proving Ground (C4ISR), on behalf of the Product Manager, Countermine & Explosive Ordnance Disposal and US Army Night Vision & Electronic Sensors Directorate (NVESD), is seeking sources to provide continuing support services and spare parts for the Husky Mounted Detection System (HMDS) currently deployed in support of Overseas Contingency Operations (OCOs). The HMDS is a counter-Improvised Explosive Device (IED)/counter-mine system with the capability to detect underbelly IEDs, pressure plates used to detonate IEDs, and antitank (AT) landmines which are buried in primary and secondary roads. The HMDS provides a critically required advanced high-performance ground penetrating radar (GPR) which is capable of detecting buried non-metallic and metal-cased threats, including IEDs that are constructed of bulk explosives and low-metal pressure plates. Additionally, it provides precise marking of the locations of the buried IED and AT landmine threats. Support services for HMDS hardware are sought to provide the following at both CONUS and OCONUS locations: installation of systems on Husky Towing/Mine Detection Vehicles (both Mark II and Mark III versions), all levels of maintenance and repair of HMDS hardware, and the training of units receiving the HMDS. Support personnel will meet all requirements for OCONUS deployment and the Contractor will provide deployed personnel support, such as work space and equipment, electrical generators, computers, tools, non-tactical vehicles, etc, in areas where support may not, or cannot, be provided by the Government Training consists of instruction in system capabilities, operation, concept of operations (CONOPS), tactics, techniques and procedures (TTPs) and the interpretation of GPR imagery. Training will include both classroom instruction and hands-on field experience. All training will take place at designated CONUS and OCONUS locations. Training also includes the development and supply of all required training materials and manuals. Maintenance and repair services for the HMDS include those tasks that are beyond those identified in the HMDS Operator and Field Level Maintenance Manual (-13&P). Maintenance also includes diagnosing and repairing HMDS hardware and software. Maintenance and repair services include all levels of repair up to Forward Depot Repair of Line Replaceable Units (LRUs), Depot Repair or return of items for Original Equipment Manufacturer (OEM) repair. All maintenance records will be maintained in a database as required by the Government. The full spectrum of services are required to commence on 31 May 2011. All responsible sources capable of supporting HMDS are requested to submit a White Paper outlining a description the contractor's experience in performing maintenance and training services for currently fielded detection systems in wartime and organizational capabilities, and the capability to provide services beginning on 31 May 2011. Respondents are asked to limit their submission to no more than 10 pages. This notice is not a Request for Proposal and the Government does not intend to pay for information submitted. No contract award will be made on the basis of responses received; however, the information will be used in the assessment of capable sources. It is desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Technical questions concerning this announcement may be submitted via email to Mr. Mark Cumo at mark.cumo@us.army.mil. Questions of a contractual nature should be directed to Ms. Michelle Hodges, Contracting Officer at michelle.hodges@us.army.mil. NO TELEPHONIC QUESTIONS WILL BE ACCEPTED. Responses should be submitted by 4:00 p.m. on 31 March 2011. The subject of the mail message shall be: W909MY-11-Q-0011 Market Research Response, Your Company's Name. All responses must be submitted via e-mail to the attention of Michelle Hodges at michelle.hodges@us.army.mil. Acknowledgement of receipt will be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d907412b53f61b6627e00fb9199b9aa7)
 
Record
SN02402647-W 20110318/110316235025-d907412b53f61b6627e00fb9199b9aa7 (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.