SOURCES SOUGHT
J -- Afghan National Security Forces (ANSF) Weapons Maintenance and Training Program (AWMTP)
- Notice Date
- 6/29/2011
- Notice Type
- Sources Sought
- NAICS
- 811490
— Other Personal and Household Goods Repair and Maintenance
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-11-R-AWMTP
- Response Due
- 7/13/2011
- Archive Date
- 9/11/2011
- Point of Contact
- Cheryl Nielsen, (309) 782-8693
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(cheryl.nielsen@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 weapons maintenance, mentoring and training services requirement for the Afghan National Security Forces (ANSF) within Afghanistan. The contractor shall provide weapons maintenance, weapons maintenance mentoring, weapons maintenance training, supply chain management, and supply chain management mentoring to Afghan National Security Forces (ANSF) as specified. The term ANSF includes both the Afghanistan National Army (ANA) and the Afghanistan National Police (ANP). The quantity of weapons that will require maintenance is approximately 268,000 with future requirements increasing to over 300,000 weapons for the ANP and 242,000 with future requirements increasing to 300,000 weapons for the ANA. Maintenance, mentoring and training will occur at various locations throughout the Afghanistan Area of Operations (AOR). Bilingual (Arabic / English) capability to ensure smooth interaction with Afghanistan representatives is achieved is required. It is not anticipated that the U.S. Government will hold a site visit. However, all interested parties are advised to continue to check FedBizOpps website for further announcements. It is anticipated that this solicitation will be issued on a full and open basis. Resultant contract will be firm fixed price with some cost reimbursable requirements. Period of performance is planned for a one year base period with an additional option year. Parties interested in responding to a solicitation for this requirement, are invited to indicate their interest by providing a brief summary to the Government. It is likely that an International Trade Agreement Regulation (ITAR) License will be required. The summary shall include the company's capabilities, including a brief description of facilities, personnel and past experience as it relates to this requirement. Highly relevant past performance would be previous work in OCONUS locations. A draft performance work statement is available for your review and is posted at this website. Please submit your company's cage code and POC information with your capability statement submittals. Capability statements shall be submitted to Ms. Cheryl Nielsen no later than 13 July 2011. 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/notices/f1dc07b978786e79226580e4df0d2ca9)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02485003-W 20110701/110629234358-f1dc07b978786e79226580e4df0d2ca9 (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 |