Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2011 FBO #3602
SOURCES SOUGHT

D -- FSR Requirement

Notice Date
10/3/2011
 
Notice Type
Sources Sought
 
Contracting Office
US Army, Army Contracting Command, ACC New Jersey Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-12-X-B001
 
Response Due
10/18/2011
 
Archive Date
11/17/2011
 
Point of Contact
Jillian Foley, Contract Specialist, 973-724-3271
 
E-Mail Address
Jillian Foley
(jillian.foley@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command, New Jersey, on behalf of the Project Manager for Close Combat Systems (PM CCS), is seeking potential sources with the capability to provide engineering, technical, and support services for the entire range of PM Improvised Explosive Device Defeat/Protect Force Systems (PM IEDD/PF), PM Countermine/Explosive Ordnance Detection (PM Countermine/EOD) Systems, and the Spider System currently deployed in Iraq, Afghanistan, and Kuwait. The capabilities sought include but are not limited to system integration/installation, studies/analysis, logistics support, maintenance and repair, material supply support, warehouse support/receiving, and training. In addition to the information requested below, all responding sources shall provide a summary of their company's capabilities including the organizations: name/address/point of contact identification, and business size and any socio-economic considerations under NAICS code 541330. Interested respondents should include the following information. 1. Briefly describe any experience providing services to the entire family of PM IEDD/PF systems, to include but not limited to Counterbomber, Culvert Denial, DSP-27, Fido, Ground Torch, Schoenstadt, Single Net Solution, Jackal, Rhino, Sherlock, Lightguard, Home Station Training Lanes and Entry Control Point; the PM Countermine/EOD systems to include but not limited to Husky Mine Detection System, AN/PSS-14, Command Wire Detector, Minehound, and Area Mine Clearing System (Medium Flail), Berm Sifters; and Spider Systems. As an example of one of our most complex systems (HMDS), the skill sets required to support this system is as follows:General Mechanic (Journeyman to Senior) - Fault Isolates, repairs and maintains the RMPS, VMS, hydraulic and pneumatic subsystems.Electronic Tech (Journeyman to Senior) - Fault Isolates, repairs and maintains the PCU, ECU, Mission Computer, INS, and CCU.Vehicle Maintenance Support - requires a diesel engine repair mechanic) Logistics Analyst (Journeyman to Senior) - Accounts for Spares inventory, reports system readiness status, schedules and coordinates maintenance efforts at a systems level.Site Manager - Maintains and Reports readiness of facility to support the System, Coordinates for system repairs, and Liaison to the customer.Trainer - Instructs operators on proper usage of the equipment, provides operator familiarization training, maintains training records, develops and updates training materials. This can be accomplished by a support mechanic or technician if they have been qualified as an instructor. 2. Describe your companys core expertise, capabilities, and capacity relative to any of the following areas. a. Software (facilities, language types, manpower, software tool, etc.)b. Services (engineering & technical, financial, logistics, repair, training, transportation & packing, process base-lining, etc.)c. Safety and environmental (safety, pollution prevention, remediation, hazardous materials)3. Describe the delivery schedule that your company would be able to sustain and at what personnel quantity levels? a. Provide the maximum number of personnel that could be deployed within 30 days of contract award for the duration of the contract period to work in Iraq, Afghanistan, and Kuwait under field conditions. b. Describe your firms experience in which you provided logistics support of 100-200 personnel to U.S. military forces deployed in Iraq, Afghanistan, and Kuwait,4. Describe the level of expert knowledge (provide resumes) your labor force possess, specific to the family of PM IEDD/PF systems, PM Countermine/EOD systems and Spider system.5. Describe your firms ability (in-house or sub-contracted) to procure replacement parts for the suite of PM IEDD/PF, PM Countermine/EOD and Spider family of systems deployed in Iraq and Afghanistan.6. Respondents must possess a valid Secret Security Clearance issued by the United States Government.7. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality work, and compliance with performance schedules. Respondents can include additional information, such as brochures, reports, or any other specific information that would enhance the Governments evaluation of the current market conditions for a service contract of this nature. This sources sought notice is for information and planning purposes only, and should not be construed as a Request for Proposal (RFP) or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of the market survey. The Government is not obligated to notify respondents of the results of this survey. Any information provided will not be returned. If a formal solicitation is generated at a later date, a separate solicitation notice will be published. All responsible, interested sources are encouraged to submit their capabilities/qualification data any pertinent information, along with any questions no later than 18 October 2011 to the following: US Army Contracting Command, New Jersey, ATTN: Jillian Foley, ACC-NJ-CC Building 9, Picatinny Arsenal, New Jersey 07806-5000, email: jillian.foley@us.army.mil. NO TELEPHONE INQUIRIES WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/904f487c8772900dfc45506ef55404c2)
 
Record
SN02600848-W 20111005/111003234755-904f487c8772900dfc45506ef55404c2 (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.