Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2013 FBO #4101
DOCUMENT

69 -- FOREIGN MILITARY SALES (FMS)GLOBAL PEACEKEEPING OPERATION INITIATIVE (GPOI) - Attachment

Notice Date
2/13/2013
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
Solicitation Number
N6134013R0062
 
Response Due
2/28/2013
 
Archive Date
3/15/2013
 
Point of Contact
Contract Specialist
 
E-Mail Address
o.amparo@navy.mil
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FOR FOREIGN MILITARY SALES (FMS) GLOBAL PEACEKEEPING OPERATION INITIATIVE (GPOI) INTRODUCTION The Naval Air Warfare Center, Training Systems Division (NAWCTSD), Orlando FL, is seeking potential sources with the ability to provide the framework to furnish the full range of support needed to fulfill peace keeping operations and training for numerous GPOI countries. The results of this Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. The resultant contract is anticipated to be an Indefinite Delivery / Indefinite Quality (IDIQ) contract with an anticipated ceiling price of $9M. The Government estimates that 80% of the effort will be performed at the contractor ™s site, and 20% at the Foreign Military Sales (FMS) destination. Primary Work Locations or Place(s) of Performance may include but not be limited to the following FMS destinations (countries): Central and South America: Argentina, Bolivia, Chile, El Salvador, Paraguay and Uruguay North Africa & Mideast: Ethiopia, Jordan, Morocco and Tunisia Pacific: Fiji and Philippines Sub-Sahara Africa: Benin, Botswana, Ghana, Djibouti, Kenya, Malawi, Mali, Mozambique, Senegal, South Africa and Zambia Asia: Bangladesh, India, Malaysia, Mongolia, Nepal, Uzbekistan, Tajikistan, Turkmenistan, and Thailand Eastern Europe: Bulgaria, Czech Republic, Hungary, Latvia, Lithuania, Moldova, Poland, Romania, Slovakia and Ukraine DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND In 2004 the G8 identified growing gaps in international peacekeeping operations and created a new policy based on the previous Enhanced International Peacekeeping Capabilities (EIPC) program which provided electronic classrooms. The new policy lead to the creation of the Global Peace Operation Initiative (GPOI) program. The GPOI program focuses on the partner country ™s trainer cadre gradually progressing from being trainees to assuming responsibility for conducting field operation training and ultimately assuming more global peacekeeping responsibilities. The EIPC program has been subsumed into the GPOI program. REQUIRED CAPABILITIES The Government requires Information Technology (IT) and other items necessary to train global peacekeeping EIPC/GPOI forces. All procured items must be commercial or commercially available off-the-shelf as defined in FAR Part 2.101. Possible IT items may include but are not limited to: servers, laptop/desktop computers, routers, computer operating systems, word processing programs, anti-virus software. Other necessary training items may include but are not limited to: riot gear (helmet, shield, baton, etc), uninterruptible Power Supply, printers (including toner cartridges), vehicle serch mirrors, binoculars, projectors, tables, chairs, field radios. As part of delivering the required items to an individual country, equipment installation may be necessary. Technical Description 1.Describe your company ™s experience with IT providing equipment or services. 2.Describe your company ™s experience in procuring and shipping field operation equipment outside of the continental United States. 3.Describe your company ™s experience in subcontracting with foreign nationals to assist with equipment installations for electronic classroom installations. 4.Describe your company ™s FMS experience with the countries listed in the Places Of Performance paragraph. 5.Describe your company ™s experience in any export business activity. 6.Describe your company ™s experience in dealing with customs in countries outside of the continental United States. 7.Describe your company ™s existing facilities available to store or warehouse, on a temporary basis, 50 computer workstations to include computers, monitors, and associated ancillary equipment. Business Description 1.Provide the information necessary (Millions or # of employees) to confirm your company ™s business size. 2.Identify any small business certifications (socio-economic program) your company presently holds. 3.Specify the NAICS code(s) your company operates under. 4.Indicate if your company is interested in being a prime contractor or a subcontractor. 5.Describe any teaming or joint venture arrangement your company would pursue to meet the requirements. 6.Provide information necessary to illustrate your company ™s financial standing, and any lines of credit available. This information is being asked because any possible future contract associated with this sources sought will not include contract financing. A time period of 90 days or more may elapse between item delivery and invoice payment. SPECIAL REQUIREMENTS Any resulting contract is anticipated to be compliant with the specialty metals restriction of the Berry Amendment. ELIGIBILITY The applicable NAICS code for this requirement is 541519 Other Computer Related Services, with a size standard of $25.5M. The Product Service Code (PSC) is 6910 Training Aids. SUBMISSION DETAILS Interested businesses shall submit electronic responses must be received by alberto.amparo@navy.mil no later than 4:30 p.m. Eastern Standard Time on 28 February 2013. Please submit all questions electronically to alberto.amparo@navy.mil at NAWCTSD prior to the submittal date. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. A brief capabilities statement package (no more than five (5) 8.5 X 11 inch pages and font no smaller than 10 point) demonstrating ability to provide the Required Capabilites as described above. All responses shall include the company name, address and CAGE CODE. The response shall also include the point-of-contact (POC) including name, phone number and e-mail address. Information and materials submitted in response to this request WILL NOT be returned. All activity concerning this procurement shall be posted to Federal Business Opportunities (FEDBIZOPS) via Navy Electronic Commerce Online (NECO).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134013R0062/listing.html)
 
Document(s)
Attachment
 
File Name: N6134013R0062_Market_Survey_FOR_FMS_GPOI_(6).doc (https://www.neco.navy.mil/synopsis_file/N6134013R0062_Market_Survey_FOR_FMS_GPOI_(6).doc)
Link: https://www.neco.navy.mil/synopsis_file/N6134013R0062_Market_Survey_FOR_FMS_GPOI_(6).doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02987400-W 20130215/130213234919-7cb3fd6fc317002ab9dc1969170bb7e2 (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.