Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOURCES SOUGHT

C -- Field Support Directorate CECOM Equipment Diagnostic Analysis Tool (CEDAT): System Integration and Software Development Tactical Power and Transmission - RFI

Notice Date
1/11/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56JSR) Division E, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56JSR-17-R-0022
 
Archive Date
2/9/2017
 
Point of Contact
Lorin F Dashiell, Phone: 4438614875
 
E-Mail Address
lorin.f.dashiell.civ@mail.mil
(lorin.f.dashiell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
W56JSR-17-R-0022 Questions. The Contractor shall provide a wide range of training, and fielding support services for new and existing C4ISR technology, weapons systems, equipment, logistical and administrative support surrounding the CECOM Equipment Diagnostic Analysis Tool (CEDAT) VLAR suite variants for Tactical Power Generation, High Aerial Layer and Terrestrial Sensors, tactical communication and other systems as designated. The Contractor also must have an Adequate Accounting System. The Contractor shall provide the knowledge and proven experience to develop, operate, maintain, update, and enhance an approved and registered application in the Army Portfolio Management Solution - Army Information Technology Registry". The Training Support Division (TSD) has developed and received approval of an Army Portfolio Management Solution (APMS) of the CEDAT VLAR as a proven expert IT system operation, diagnostics, and data capture as a standalone application. The Contractor shall be able to support customers with "turnkey" solutions. Work performed shall be on and off the Government facilities and may involve any of the following activities: provision of advice, preparation of feasibility studies, preparation of preliminary and final plans and designs, provision of technical services during the construction or installation phase, inspection and evaluation of engineering projects, and related services. Performance for this contract may take place at CONUS locations as required and determined by the government. The possible locations listed below: CONUS locations: JBLM, WA; Fort Irwin, CA; Fort Carson, CO; Fort Huachuca, AZ; Fort Bliss, TX; Fort Riley, KS; Fort Hood, TX; Fort Sill, OK; Fort Polk, LA; Fort Campbell, KY; Fort Stewart, GA; Fort Gordon, GA; Fort Drum, NY; Fort Bragg, NC; Aberdeen Proving Ground, MD; Hawaii, Fort Dietrich, MD, Fort McCoy, WI, Fort Indiantown Gap, PA, and other customer driven Temporary Duty Status (TDY) CONUS locations. Please provide answers to the attached questions via the Federal Business Opportunities page or via email. If you have questions, please direct them to the Contract Specialist via email at lorin.f.dashiell.civ@mail.mil. Questions via phone are not accepted. Responses are due by 1600 EST on Wednesday 25 January 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/acb84def5e339487a9c978729e04dafe)
 
Record
SN04368770-W 20170113/170111234109-acb84def5e339487a9c978729e04dafe (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.