SOLICITATION NOTICE
A -- Follow-on Interim Contractor Support (ICS) of the Deployable Power Generation and Distribution System (DPGDS) Program
- Notice Date
- 9/18/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W909MY-08-R-0001
- Response Due
- 10/18/2007
- Archive Date
- 12/17/2007
- Point of Contact
- Sabin Joseph, 703-325-6805
- E-Mail Address
-
US Army C-E LCMC, Acquisition Center - Washington
(sabin.joseph@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army CECOM Life Cycle Management Command (CECOM) Acquisition Center Washington on behalf of the Project Manager- Mobile Electric Power (PM-MEP) intends to contract with DRS Radian, 5845 Richmond Highway, Suite 725, Alexandria, VA 22303-1873 , on a sole source basis, for follow-on Interim Contractor Support (ICS) of the Deployable Power Generation and Distribution System (DPGDS) program. This contract action will support the transition of the program from development to sustainment with ICS e nding at transition to sustainment support. The Contractor will be responsible for ICS management of the DPGDS. Under any resultant contract, the contractor will be required to provide: DPGDS ICS warranty (to be provided under contract FA8678-06-C-0105) and non warranty replacement parts; worldwide parts support and distribution that ensures DPGDS systems specific parts availability, packaging, handling and transportation; field service engineering support for worldwide repairs that are beyond the Governm ents organizational repair capability to include a ready-to-depart capability within two business days of notification from PM-MEP; ICS management support under the appropriate (Army) and will be required to provide support/expertise to Government organiz ational-level maintenance personnel; oversight of demand data, tracking of parts and historical record of all processed transactions. Common items catalogued with NSNs will be managed through the appropriate Government Source of Supply and maintenance sys tem; oversight of ICS spare replenishment and repair requirements on all DPGDS unique items to include receiving, approving, processing, and shipping Government-generated part requisitions. The estimated period of performance for this effort is twelve (12 ) months with an option period for an additional twelve (12) months of effort to begin 07 December 2007. The North American Industry Classification System (NAICS) code is 541710 with a size standard of 500 employees. It is expected that the resultant cont ract will be a Time & Materials contract. It has been determined that Radian, Inc. is the Only One Responsible Source and no other Supplies or Services will satisfy Agency Requirements. The statutory authority for other than full and open competition i s 10 USC 2304 (c)(1), Only One Responsible Source and no Other Supplies or Services will Satisfy Agency Requirements. Radian Inc. is the system designer and integrator of the DPGDS equipment and system applications, has configuration control of the Depot Level Repair Candidates, has developed all the Technical Data Packages (TDP), served as the Integrated Logistics Support (ILS) manager for the development of Spare Parts Lists and has served as the ICS manager. Many of the drawings and components are prop rietary to Radian Inc. However, all responsible sources that can provide supporting data to demonstrate they can successfully provide the required ICS support will be considered by the agency. Responses shall be no longer than ten (10) pages and provided in Microsoft Word compatible format. Responses shall be submitted via email to sabin.joseph@us.army.mil within 30 calendar days of the date of this notice. The email subject line should include the phrase W909MY-08-R-0001, DPGDS Interim Contractor Supp ort Response to Presolicitation Notice. All requests for further information must be in writing and via email to the above address, telephone requests for additional information will not be honored. Acknowledgement of receipt will be issued. A determin ation by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. See notes 22 and 26. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/USAMC/DAAB15/W909MY-08-R-0001/listing.html)
- Place of Performance
- Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Country: US
- Zip Code: 22331-0700
- Record
- SN01410543-F 20070920/070919144238 (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 |