Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2002 FBO #0287
SOURCES SOUGHT

J -- CONTRACTOR INSTRUCTION AND MAINTENANCE, OPERATION AND TRAINING SUPPORT SERVICES (CIMOTS) AT NAVAL AMPHIBIOUS SCHOOL CORONADO, SAN DIEGO, CA

Notice Date
9/13/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
Reference-Number-N61339COLDS
 
Response Due
10/13/2002
 
Archive Date
10/27/2002
 
Point of Contact
Jennifer Warren, Contract Specialist, Phone 407-380-4325, Fax 407-380-4164, - Steven Harnig, Contract Specilaist, Phone 407-380-4422, Fax 407-380-4164,
 
E-Mail Address
Jennifer.Warren@navy.mil, Steven.Harnig@navy.mil
 
Description
NAVAIR Orlando - TSD (Training System Division) in Orlando, FL, is soliciting information from industry regarding sources for the Contractor Instruction, Maintenance, Operation and Training Support (CIMOTS) for the Cargo Offload and Discharge System (COLDS). The Government intends to use the provided information to aid in defining an acquisition strategy. Use of other than full and open competition to Day & Zimmerman Services is anticipated, as this is the only known source of maritime services with the unique capabilities and skills to execute these program requirements in a high-risk marine environment. The government is contemplating a 'Requirements' contract for the acquisition of the COLDS program. Pending the results of this synopsis, this contract is to be issued under the statutory authority 10 U.S.C. 2304 (C) (1), as implemented by Federal Acquisition Regulation (FAR) Part 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The proposed contract is anticipated to be in effect for a period of 5 to 8 years including option periods to be exercised at the discretion of the Government as per FAR 52.217-9. Requirement Summary The requirement is to provide CIMOTS/COLDS for the Barge Ferry System at Expeditionary Warfare Training Group, Pacific (EWTGPAC) in San Diego, CA. This requirement includes instructional, maintenance, operational, and training support to produce a qualified COLDS graduate. The Contractor will be required to provide students with formal class training on-shore, followed by operation and maintenance training at sea on equipment associated with this program. The COLDS contract also supports worldwide littoral warfare contingencies for the US Navy, Marine Corps, Army, and Air Force. Presently, the Strategic SEALIFT Program is responsible for three Maritime Propositioning Shipping (MPS) squadrons, one each in the Atlantic, Pacific, and Indian Ocean. Each MPS squadron has enough strategic logistics to support a 17,000 Marine Expeditionary Brigade for a 30-day contingency. This strategic war and natural disaster material is comprised of rolling stock, tanks, artillery, food, water, and petroleum products. This contract is performed on both coasts for the Expeditionary Warfare Training Group Pacific San Diego, CA in actual environments using COLDS equipment. Therefore, this contract is heavily supported by the actual operating systems and material that moves Logistics Over the Shore (LOTS) for both dry and wet products from ship to shore. Because this program is mission-driven, frequently 'just-in-time' training is required. This includes classroom and open sea training. This training includes instruction for barge ferry pilots, coxswains, roll-on/roll-off discharge facility (RRDF), elevated causeway, and amphibious assault bulk fuels system, just to name a few. The government-provided equipment used for training as well as real world operations include side-loading warping tugs, conduit training barge, offshore petroleum discharge system, barge ferry simulator, and numerous other equipment. Emerging COLDS systems are continuously being fielded that require new training, operation, and maintenance. The target contract award date for COLDS is expected to be made prior to September 2003. Response Content: Any response to this notice must show clear and convincing evidence that the respondee can meet the requirements listed herein and in the Draft Statement of Work (SOW). The SOW will be posted to the following website http://www.ntsc.navy.mil/EBusiness/BusOps/Index.cfm (click on Open Acquisitions). Written response to this sources sought announcement shall be limited to no more than ten (10) pages of single sided size 12-font print. If the material provided contains proprietary information, please mark and identify disposition instructions (submitted data will not be returned). The response should include, but not be limited to the following: a) A one page company history description to include: business size classification, major services provided (included the number of years), primary customer base, and points of contact (with telephone numbers) that are able to discuss the material submitted. b) A description of the company's past experience at providing the services similar to that outlined above. c) World Wide Web (Internet) presence (if any). d) Any other technical information the company deems necessary to aid the Government in making an informed assessment. Only written responses transmitted electronically, by mail, or facsimile will be accepted. Submission Information: It is the Government's intention to review the data and possibly schedule a briefing with some of the submitters to gain further market insight to industry capabilities. Those companies will be contacted individually. There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by any interested parties in support of the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released it will be synopsized on the Federal Business Opportunities website located at www.fedbizops.gov. It is the responsibility of the potential offerors to monitor Federal Business Opportunities for the release of any follow-on information. NAVAIR Orlando will consider all responses. Responses to this sources sought announcement shall be submitted no later than 13 October 2002. Responses without a return address and company telephone number will not be recognized. Proprietary data in the responses will be protected where so designated. Any questions about this notice, please contact Jennifer Warren, at 407-380-4164 or jennifer.warren@navy.mil or the procuring contracting officer, Steve Harnig at 407-380-4422 or steven.harnig@navy.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVAIR/N61339/Reference-Number-N61339COLDS/listing.html)
 
Place of Performance
Address: Expeditionary Warfare Training Group, Pacific CODE 713423 Guadalcanal Road San Diego, CA
Zip Code: 92155-5099
Country: USA
 
Record
SN00166053-F 20020915/020913220906 (fbodaily.com)
 
Source
FedBizOpps.gov 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.