Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOURCES SOUGHT

J -- Special Operations Forces Training, Engineering and Maintenance Support III (SOF TEAMS III) - Draft PWS & TADSS

Notice Date
8/8/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-17-R-XXX2
 
Archive Date
9/23/2017
 
Point of Contact
Rafael A. Manzano, Phone: 4072085612, Jason C. Graham, Phone: 4072083079
 
E-Mail Address
rafael.a.manzano2.civ@mail.mil, jason.c.graham8.civ@mail.mil
(rafael.a.manzano2.civ@mail.mil, jason.c.graham8.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE Special Operations Forces Training, Engineering and Maintenance Support III (SOF TEAMS III) U.S Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Program Manager for Special Operations Forces (SOF) Training Systems (PM STS) is soliciting information regarding the capabilities of industry to provide services 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. The Period of Performance for the current PM STS Contractor Logistics Support (CLS) effort ends 31 Mar 2019 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) utilizes for Mission Rehearsal and Training Support. With respect to this effort, the overarching priorities for the 160th SOAR(A) are to maintain a reliable fleet of Combat Mission Simulators (CMSs) capable of supporting high fidelity simulated/stimulated training under scheduled and unscheduled throughput conditions. In addition to the technical aspect of this effort there will be a significant amount of management, in terms of on-site coordination between the customer and contractor personnel. PURPOSE: The purpose of this Sources Sought is for PEO-STRI to conduct specific market research and assess industry's ability to support these devices under a multi-year 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. 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 on the 160th SOAR (A) Brown Compound. a. The Government is looking to provide 7 day coverage. The normal core training support hours are anticipated at 16 hours a day, 5 days a week (Mon-Fri). Weekend shift hours anticipated at 10 hours a day (Sat & Sun). b. Vendors shall comply with all applicable regulations. c. Vendors shall provide a capability to expand support for additional fielded systems, both locally and other CONUS installations. 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. Develop, maintain logistics database(s), incorporating the current and ongoing technical library, capable of managing multiple TADSS hardware/software configuration baselines, contract spares, special tools/test equipment and GFI/GFE/GFM. c. Repair and replace spares, repair parts and broken subcomponents. d. Accountability and transition of all Government Furnished Equipment, Information and Material e. Acquisition of hardware and software in support of growth or capital equipment replacement. f. Maintenance, hardware and software engineering changes, maintenance actions, obsolescence, utilization and reliability reporting. g. Provide program consumables and expendables. h. Provide TADSS configuration management. i. Provide plan for continual process/product improvement. j. Develop, merge and maintain internal, Government and 3rd party contractor documentation modifications. k. Maintain, modify and integrate Government source databases (Visual, Navigation, Avionics). l. Maintain, modify and integrate the databases that are part of the Regiment's Common Visual Solution. 3. Vendor shall provide engineering support to perform limited hardware and software upgrades and modifications to provide enhanced capabilities as prioritized by PEO-STRI. 4. Transition with current vendor shall not exceed 2 months after contract award and be completed by 31 MAR 19. 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 scope and complexity to this requirement. 3. Describe your company's experience managing TADSS Government Furnished Information (GFI) (technical data, engineering drawings, manuals and source code/media), Government Furnished Equipment (GFE) and Government Furnished Material (GFM). 4. Describe your company's experience with spare part repair activities, repair part replenishment, tools and test equipment maintenance and calibration and management of supply replenishment point levels. 5. Describe your company's experience at working collaboratively with another prime contractor. 6. Describe your experience with maintaining TADSS Cyber Security through the DoD's Risk Management Framework and associated documentation. 7. Describe your company's capabilities for generating, handling, updating, processing, and storing classified material and data. 8. Describe your past experience with providing engineering services or reach back capability to enable developing and fielding minor modifications to support Flight Simulator/aircraft concurrency. 9. Describe your experience with site activation/startup at a new site for a newly fielded TADSS. 10. What experience do you have managing multiple locations at the same time and is the experience CLS-only, modification efforts, or both? Contractors shall must identify their business type (i.e., small business, large business, small disadvantaged business, 8(a) certified business, woman-owned business, etc). For purposes of reporting business size, the applicable North American Industry Classification Systems (NAICS) Code for this requirement is 541330, Engineering Services with a size standard of $38.5M in average annual receipts The Government has provided, as an attachment to this Notice, a draft of SOF TEAMS II Statement of Work (SOW) and a draft TADSS Listing. This document is provided solely for informational purpose and does not necessarily depict the total scope of requirements and performance expectations of the pending solicitation. Upon analysis of the data received from this notice and further refinement of the solicitations requirements, it is the Government's expectation to provide a draft SOW in the coming months. Interested parties are urged to monitor FedBizOpps for any updates/ changes to this solicitation. 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. RESPONSE REQUESTED: Interested contractors are requested to respond by August 31, 2017 no later than (NLT) 1:00 PM EST to Mr. Rafael A. Manzano, rafael.a.manzano2.civ@mail.mil. The submission of this information is for Market Research and Planning Purposes only and is not to be construed as a commitment by the government to procure any services, or for the government to pay for the information received. No solicitation document exists at this time. Any questions or concerns, please contact t Mr. Rafael A. Manzano, Contracting Officer at rafael.a.manzano2.civ@mail.mil or by telephone at 407-208-5612. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eed25647d971178918e0f5f178e3d754)
 
Place of Performance
Address: 12211 Science Drive, Orlando, Florida, 32826, United States
Zip Code: 32826
 
Record
SN04618659-W 20170810/170808233141-eed25647d971178918e0f5f178e3d754 (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.