Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
MODIFICATION

R -- TACOM Life Cycle Command Integrated Logistics Support Center (TACOM-LCMC-ILSC) New Equipment Training (NET) and Associated Logistical Support

Notice Date
8/15/2013
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-13-R-TNET
 
Response Due
8/20/2013
 
Archive Date
10/14/2013
 
Point of Contact
Shahaadah, 703-704-0833
 
E-Mail Address
ACC-APG - Washington
(shahaadah.c.nalls.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
TACOM LCMC MARKET RESEARCH FOR NEW EQUIPMENT TRAINING AND ASSOCIATED LOGISTICAL SUPPORT 15 AUGUST 2013 A response to submitted questions is proved at the bottom of this notice. An attached projected calender is provided for informational purposes and does not constitute confirmed required classes. Synopsis The US Army Contracting Command - APG (Belvoir Division) (ACC-APG (Belvoir)) on behalf of the US Army CECOM ESA Directorate's TACOM Life Cycle Command Integrated Logistics Support Center (TACOM-LCMC-ILSC) New Equipment Training (NET) and Associated Logistical Support intends to negotiate a Cost Plus Fixed Fee (CPFF) Bridge Contract with Booz Allen Hamilton Inc, 8283 Greensboro Drive, Mclean, Virginia 22102-4904 on a non-competitive basis per FAR 6.302-1, Only One Responsible Source will satisfy agency requirements without incurring unacceptable delays in fulfilling agency's requirements. The Bridge contract modification is to continue the current performance from 30 September 2013 to 31 December 2013 with three one month option periods and has an estimated value of $1,154,900.00. A competitive long term solicitation will be completed using the services of the Warren, Michigan Army Contracting Office. This bridge effort will fill the gap until the new contract is competed and awarded by ACC-Warren. The estimated award date is early 2014. The Bridge Contract is to provide support to TACOM NET that is currently being performed under Contract Number W15P7T-06-D-E401, Task Order BD06 with an expiration date of 30 September 2013. This effort supports the TACOM NET requirement to develop/revise training material, provide New Equipment Training (NET) and Total Package Fielding (TPF), and the collection and analysis of hardware and training issues identified during NET and TPF to assist the Army in achievement of full operational capability of the new technology systems. This work will facilitate and execute the initial transfer of new technology systems and information from the material developer, manufacturer, system provider and/or trainer to the Warfighter in the field. Material and services provided under this task order will establish and keep the knowledge base of our soldiers at its peak in this world of increasing technology. INSTRUCTIONS TO COMPANIES All responsible sources, other than Booz Allen Hamilton Inc, who can meet this bridge requirement including the 30 September 2013 start date, without a transition period, may submit a statement of qualifications which shall be considered by the agency. All respondents must be fully staffed and be ready to perform as of 30 September 2013 start date. Reference: W909MY-13-R-TNET. Any response to this notice must show clear and convincing evidence that they can meet the Army's schedule and that competition for the bridge effort would be advantageous to the Government. Please note, simply stating the ability to meet the Army's schedule and fulfill the requirement does not in and of itself represent clear and convincing evidence. To be considered sources should demonstrate that they have: 1. Operational and maintenance knowledge of all TACOM Life Cycle Management Center commodities and associated support equipment. 2. Knowledge and understanding the of the Technical Expert Status and Status of Forces Agreement requirements in all potential overseas support areas. 3. Ability to begin, fully staffed with no transition period, on 30 September 2013. The contractor will provide the expertise required to support essential duties in the areas of deprocessing, training, maintenance, repair and technical data development or update associated logistical support. This support will be performed on all U.S. Army TACOM systems and their associated support equipment in all phases of the life cycle. This support will improve the total materiel fielding process and ensure Army users are provided with operationally effective and supportable weapon systems. Contractor will provide New Equipment Training in both the classroom and hands on practical exercises based on Government provided Program of Instruction (POI). The contractor shall provide instructor personnel to develop training material. The contractor will de-process mechanical and electrical (to include computer controlled) equipment to include inspection, troubleshooting and replacement of defective components and providing initial operational capability of computer controlled and electronic subassemblies. The contractor shall accomplish calibration when required, identification of deficiencies that impact operational capability, develop shortages list and technology support, which includes information/inventory transfer and the establishment of special mission kits. The contractor shall update existing technical, training and fielding information for CD or DVD ROM and/or Web delivery. Updating of the training packages will be accompanied using Microsoft PowerPoint presentation format unless otherwise directed by the Government. Contractor will install approved modifications to the systems supported. Systems supported includes but is not limited to; Electronically Monitored, Computer Operated Laundry and Advanced System (LADS), Electronically Operated Refrigerated Container System (REFER), Military Tactical Generator Sets (MTG), Tactical Quite Generator Sets (TQG), Electronically Fired Modern Burner Unit (MBU), Containerized Kitchen (CK), Containerized Batch Laundry (CBL), Multi - Temp Remains Collection System (MTRCS), Assault Kitchen (AK), Water Purification Equipment (ROWPU), and Water and Petroleum Pumps. Training and support actions will take place at military sites around the world. All interested companies must provide the below information in their response. The information and the statement of qualifications shall total no more than 10 pages and a staffing plan. SUBMISSION INSTRUCTIONS Name of Company: Address: Point of Contact: Phone Number: Fax Number: Email Address: Companies shall submit the information requested above no later than 1500 EST 20 August 2013. Please furnish the above requested information to shahaadah.c.nalls.civ@mail.mil and rosetta.wisdom-russell.civ@mail.mil. This will not commit the contractor or the Government in any way, or at any time, into entering a contract with any of the specified terms below. This notice does not obligate the Government to award a contract or otherwise pay for information provided in response. The Government reserves the right to use the information provided by companies for any purpose deemed necessary and legally appropriate. Any company responding to this notice should ensure that the response is complete and sufficiently detailed to allow the Government to determine the company's qualification to perform work. This is not a formal Solicitation. No solicitation document is available and telephone requests will not be honored. If no affirmative written response is received, the acquisition will be awarded without further notice. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. If no written responses are received, the requirement will be awarded without further notice. No telephone calls or faxes will be accepted. No solicitation is available. The North American Industry Classification system (NAICS) for this requirement is 541330. No proprietary, classified, confidential or sensitive information should be included in your response. The Government reserves the right to use any technical information received in response to the Presolicitation Notice. Contracting Office Address: ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863 Place of Performance: World Wide Q&A 1-What are the Military Occupation Specialties (MOS) of the soldiers that will be provided the New Equipment Training (NET)? ANS: The MOS anticipated for NET from 30 Sep to 31 Dec 2013 include, but are not limited to the following: Containerized Kitchen (CK) CK Operator (OP): 92G CK MAINT: MOS 91J/91C Multi-Temperature Refrigeration System (MTRCS) MTRCS OP: 92A & 92G MTRCS MAINT: MOS 91C/91J Assault Kitchen (AK) AK OP: 92G AK MAINT 91J 2-Could you provide a list of each course and it's duration? ANS: CK OP: 3- 8 HR DAYS CK MAINT: 1- 8 HR DAY MTRCS OP: 2- 8 HR DAYS MTRCS MAINT: 4- 8 HR DAYS AK OP: 2- 8 HR DAYS AK MAINT: 2- 8 HR DAYS 3- What is the instructor to student ratio for each course? ANS: Each class, using 2 systems for training, must have 2 qualified Instructors for classroom and hands-on instruction 4- Could you provide the NET fielding calendar for the period of performance? ANS: See attached notional calender. 5-What is the Army's anticipated staffing requirement for supporting a Total Package Fielding (TPF). ANS: Total package fielding is done by an accompanied Department of Army Civilians on an ongoing basis. At this time a total package fielding cannot be provided. Historical staffing consists of two contractor instructors per team, with approximately four teams each month.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/abc771663b70121665e79dc28b713145)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03150534-W 20130817/130815235740-abc771663b70121665e79dc28b713145 (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.