Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2007 FBO #2130
SOURCES SOUGHT

16 -- Sources Sought Objective and Requested For Information

Notice Date
9/24/2007
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-08-R-ACS01
 
Response Due
10/31/2007
 
Archive Date
12/30/2007
 
Point of Contact
Catherine Connolly, 732-427-2315
 
Small Business Set-Aside
N/A
 
Description
The Program Manager, Aerial Intelligence, Surveillance, Reconnaissance (PM-AISR) in conjunction with the C4IEWS Acquisition Center is seeking information to determine the availability of engineering, maintenance, and flight operations capable of sust aining up to ten (10) C12 Series and DHC-7 (ARL-M Configured), Government Furnished Aircraft in the Operation Iraqi Freedom and Operation Enduring Freedom Area of Regard. The current aircraft mix and expected system configurations are as follows: C-12 Series Aircraft: WESCAM MX-15 EO/IR sensor PeARL high resolution digital still camera Lynx Synthetic Aperture Radar COMINT system Line of Sight UHF/VHF voice and data communications radios AN/ARC 231 SATCOM voice and data communications radios Integrated workstation AN/AAR-47 Missile Approach Warning System AN/ALE-47 Countermeassures Dispenser System AN/APR-39 Radar Warning Receiver M-130 General Purpose Dispenser DHC-7 (ARL-M6 configured MARSS): WEACAM MX-20/EO/IR sensor PeARL high resolution digital still camera Lynx Synthetic Aperture Radar COMINT system Line of Sight UHF/VHF voice and data communications radios AN/ARC 231 SATCOM voice and data communications radios Integrated workstation AN/AAR-47 Missile Approach Warning System AN/ALE-47 Countermeasures Dispenser System AN/APR-39 Radar Warning Receiver M-130 General Purpose Dispenser The Contractor shall be contractually bound to support the OPTEMPO provided below: Two (2) MARSS C12 Series Aircraft (370 hours per aircraft per month) Two (2) MARSS DHC-7 (ARL-M6 configured) Aircraft (300 hours per aircraft per month) Two (2) MARSS C12 Series Aircraft (288 hours per aircraft per month) The Government anticipates fielding Four (4) additional MARSS C-12 during the contract period. The location is TBD; however, the Government expects the systems to deploy to the CENTCOM AOR Contract Logistic Support a. At the direction of the Government Contracting Officer, the contractor shall be prepared to deploy to any area worldwide. The contractor shall provide capabilities, services, materials, and personnel necessary to meet the requirements of the PWS. Travel shall be cost reimbursable IAW the DoD Joint Travel Regulation, Volume II. b. The contractor shall also provide total system Contractor Logistic Support. c. The performance-based logistics support shall be in accordance with (IAW) applicable Federal Aviation Administration (FAA) procedures using Military (MIL) standards as guidelines unless otherwise specified in the PWS or Contract Delivery Requirement Lis t (CDRL) d. The contractor shall maintain the System operational readiness (performance at 90% Mission Capable(MC). MC is the sum total of Fully Mission Capable (FMC) and Partially Mission Capable (PMC) hours, as defined in TM 738-751. e. The Government does not possess the intellectual property rights to the software interfaces nor, does the Government own the Technical Data Package. Period of Performance - One base year beginning upon contract award with four one year options. Place of Performance - Contractor's Facility: PD ARL, Mount Weather, VA., Hagerstown, MD., CENTCOM AOR and/or other locations in CONUS and OCONUS. Security Requirements - The contractor shall posses a Contractor Facility Clearance of DoD Top Secret
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center Building 800 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01419268-W 20070926/070924224824 (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.