Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2017 FBO #5871
SOURCES SOUGHT

R -- Contractor Logistics Support Services

Notice Date
12/18/2017
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-18-X-012Y
 
Point of Contact
Tiffany Nosti,
 
E-Mail Address
tiffany.n.nosti.civ@mail.mil
(tiffany.n.nosti.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command, New Jersey, on behalf of the Project Manager for Close Combat Systems (PM CCS), is currently seeking potential sources with the capability to provide engineering, technical, and support services for PM CCS systems either in the Contiguous United States (CONUS) & Outside of Continental United States (OCONUS) and/or Theater of War. The capabilities sought include, but are not limited to: system integration/installation, studies/analysis, logistics support, maintenance and repair, material supply support, warehouse support/receiving, training, and installation of training mine/Improvised Explosive Device (IED) targets IAW Program of Instructions (POIs). In addition to the information requested below, all responding sources shall provide a summary of their company's capabilities including the organization's name/address/point of contact identification, business size and any socio-economic considerations under NAICS code 811219. Interested respondents should also include the following information: 1. A brief description of any prior experience in providing services to the entire family of PM CCS systems, to include but not limited to: Detector Special Purpose (DSP) #27, AN/PSS-14B &C, Minehound (VMR2/2+), Gizmo (VMC1), Strider, CEIA CMD (Compact Metal Detector), and Spider Systems. An example of some of the skill sets that may be required are as follows: Maintenance Technician (Journeyman to Senior) - Fault Isolates, repairs and maintains the Munition Control Unit Trainer (MCUT), Repeater, Remote Control Station (RCU) and RCU Transceiver (RCUT). Logistics Analyst (Journeyman to Senior) - Accounts for Spares inventory, reports system readiness status, schedules and coordinates maintenance efforts at a systems level, conducts shipment of PM CCS equipment. Site Manager - Maintains and Reports readiness of facility to support the System, Coordinates for system repairs, and Liaison to the customer. Trainer - Instructs operators on proper usage of the equipment, provides operator familiarization training, maintains training records, develops and updates training materials. This can be accomplished by a maintenance technician if they are qualified as an instructor. 2. Describe your company's core expertise, capabilities, and capacity relative to any of the following areas: a. Services (engineering & technical, financial, logistics, repair, training, transportation & packing, process baselining, etc.) b. Safety and environmental (safety, pollution prevention, remediation, hazardous materials). 3. Describe the delivery schedule that your company would be able to sustain and at what personnel quantity levels. a. Provide the maximum number of personnel that could be deployed within 30 days of contract award for the duration of the contract period to work in Theater of Operations under field conditions. b. Describe your firm's experience in providing logistics support of 50 personnel to U.S. military forces deployed in Theater of Operations. 4. Describe the level of expert knowledge your labor force possess, specific to the family of PM CCS systems. 5. Describe your firm's ability (in-house or sub-contracted) to procure materiel and supplies to support CLS activities in support of PM CCS equipment deployed in Afghanistan. 6. Respondents must possess a valid Secret Security Clearance issued by the United States Government, possess a valid Afghanistan Business License to operate within Afghanistan. Candidate contractor personnel must possess valid Afghan visas to work in Afghanistan. 7. Provide details of historical past performance on contracts with Government agencies and private industry in terms of cost control, quality work, and compliance with performance schedules. Respondents can include additional information, such as brochures, reports, or any other specific information that would enhance the Governments evaluation of the current market conditions for a service contract of this nature. "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. 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. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE) via FedBizOps. IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." All responsible, interested sources are encouraged to submit their capabilities/qualification data any pertinent information, along with any questions via email no later than 20 Dec 2017 at 1500 EST to Tiffany Nosti at tiffany.n.nosti.civ@mail.mil. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The Government will only accept written inquiries via email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1eec938856e3c1f237c5484e9b2d58d2)
 
Place of Performance
Address: CONUS/OCONUS and Theater., United States
 
Record
SN04769950-W 20171220/171218231224-1eec938856e3c1f237c5484e9b2d58d2 (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.