Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2012 FBO #3714
SOURCES SOUGHT

69 -- Request for Information (RFI) for the Special Operations Forces Training, Engineering and Maintenance Support (SOF TEAMS II) - Services Contract

Notice Date
1/23/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-12-R-0018
 
Response Due
2/23/2012
 
Archive Date
4/23/2012
 
Point of Contact
Matthew Sanders, 407-208-3327
 
E-Mail Address
PEO STRI Acquisition Center
(matthew.sanders6@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SPECIAL OPERATIONS FORCES TRAINING, ENGINEERING AND MAINTENANCE SUPPORT (SOF TEAMS II) - SERVICES CONTRACT U.S Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) is soliciting information regarding the possibility of providing a services contract to support the hardware and software maintenance, logistics, administration, and minor engineering enhancements to the Training Aids, Devices, Simulators, and Simulations (TADSS) that support the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) located at Fort Campbell, KY. BACKGROUND: The Period of Performance for the current Contractor Logistics Support (CLS) effort will end 31 Mar 13 and support for the TADSS must continue. The new CLS contract is intended to support all currently fielded and future fielded TADSS, which the 160th SOAR(A) uses for Mission Rehearsal and Training Support. PURPOSE: The purpose of this request for information (RFI) is for PEO STRI to assess industry's ability to support these devices under a services contract. This effort will address the ability to provide adequate support for the required level of effort necessary for steady state and surge support usage of these devices. Based on this assessment, PEO STRI may award a competitive contract. Funding is not available at this time but it is anticipated prior to award. Prospective contractor personnel must possess a minimum SECRET clearance and be United States citizens. Any information provided to the Government in response to this RFI shall be at the offeror's expense. REQUIRED CAPABILITIES: 1. Vendor shall conduct all scheduled and unscheduled maintenance on TADSS located within Feistner, Wolcott, and Frank Halls, located at Ft. Campbell, KY. a.A preliminary list of systems to be maintained includes: MH-47G CMS MH-47E CMS Mission Readiness Operation Center MH-60L/M CMS MH-60K CMS CAAS Desk Top Trainers A/MH-6M CMS Legacy System Testbed Exercise Management Center (EMC) Battle Staff Trainer (BSTS) SIL SAN CMS Debrief Stations b.The normal core training hours are anticipated at 16 hours a day, 5 days a week (M-F). c.The core weekend shift hours are anticipated at 10 hours a day (Sat & Sun) d.Vendors shall comply with all applicable regulations. e.Vendors shall provide for a growth capability to support additional fielded systems. 2. Vendor shall perform all logistics functions related to the services contract to include, but not limited to: a.Tools and test equipment accountability, calibration, repair and replacement. b.Maintain and upkeep technical library including, but not limited to documents and drawings. c.Repair and replace spares and broken subcomponents. d.Accountability and transition of all Government Furnished Equipment (tools, spares, test equipment) e.Acquisition of subcomponents and systems in support of growth or capital equipment replacement. f.Maintenance, engineering change, utilization reporting g.Provide program consumables and expendables. h.Provide TADSS configuration management. 3. Vendor shall provide engineering support to perform limited hardware and software upgrades and modifications to provide enhanced capabilities as prioritized by PEO-STRI. Vendor will update the applicable program documentation 4. Transition with current vendor shall not exceed 2 months after contract award and be completed by 31 MAR 13. Contractors are requested to provide a capability statement including a cover sheet. The cover page should include company name, address, and points of contact including phone numbers and e-mail addresses. Submissions shall be made using Microsoft Office applications. The capabilities statement shall respond to the following areas of interest: 1.Describe briefly the applicable capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2.Describe your company's past experience (no more than three examples) on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, and period of performance. 3.What experience do you have managing training device Government Furnished Information (GFI) (technical data, engineering drawings, manuals and source code/media) and Government Furnished Material (GFM) (spares, repair parts, tools and test equipment)? 4.Describe your company's experience with spares, repair parts, tools and test equipment maintenance. Include management of replenishment, repairs and supply stock levels. 5.Describe your company's experience at working collaboratively with another prime contractor. 6.Describe your experience with Information Assurance and associated documentation. Describe your company's capabilities for generating, handling, updating, processing, and storing classified material and data. 7.Describe your past experience, ability to provide engineering services or reach back ability to provide engineering services to enable developing and fielding minor modifications to support Combat Mission Simulator aircraft concurrency. 8.Contractors shall indicate if they are a large or small business based on NAICS code 541330. 9.If a small business, provide how you plan on meeting the limitations on subcontracting per FAR 52.219-14 - Limitations on subcontracting. PAGE LIMITATION: 10 PAGES MAXIMUM. The cover sheet shall not be included in this 10 page limit. Font shall not be smaller than industry standard work processor 12-point Times New Roman. If a small business, in order to adequately explain item #9 (limitations on subcontracting), please limit your submission to no more than 11 PAGES MAXIMUM. This additional page shall only be used for addressing item #9. DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request. RESPONSE REQUESTED: Interested contractors are requested to respond by February 23, 2012 no later than (NLT) 2:00 PM EST to the Contract POCs, Lovisa Parks and Matt Sanders, and the Technical POC, Jayne McClanahan, via the-email addresses provided below. Government Points of Contact: Ms. Jayne McClanahan TECHNICAL POINT OF CONTACT 407-384-3753 Jayne.McClanahan@us.army.mil Mr. Matt Sanders CONTRACT SPECIALIST 407-208-3327 Matthew.Sanders6@us.army.mil Ms. Lovisa Parks CONTRACTING OFFICER 407-208-3476 Lovisa.Parks@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-12-R-0018/listing.html)
 
Place of Performance
Address: 160th Special Operations Aviation Regiment (Airborne) 7269 Nightstalker Way Fort Campbell KY
Zip Code: 42223
 
Record
SN02659070-W 20120125/120123234130-bda06c5b476a26fd8412fee382267e84 (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.