SOLICITATION NOTICE
45 -- Large Capacity Field Heater New Equipment Training
- Notice Date
- 9/18/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333414
— Heating Equipment (except Warm Air Furnaces) Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC, Acquisition Center - Washington, 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-0094
- Response Due
- 9/27/2008
- Archive Date
- 11/26/2008
- Point of Contact
- Maureen Barlow, 703-325-6093<br />
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The US Army CECOM Life Cycle Management Command Acquisition Center Washington intends to solicit and negotiate with Hunter Manufacturing Company on behalf of The US Army Research, Development and Engineering Command, Communications and Electronics Research, Development and Engineering Center, Environmental Systems & Fuel Cell Branch, for the acquisition of New Equipment Training (NET) segmented into the following training areas: Operator, Maintainer and TADSS training in support of 350,000 BTUH Self Powered, Diesel Field Heaters (LCFH) manufactured by Hunter Manufacturing Company. It is the intent of the Army to include ID/IQ CLINs within the existing LCFH contract, number DAAB15-02-C-0019, for the purchase of the following NET on an as needed basis. It is expected that the maximum quantity purchase for training will not exceed $545,000. The minimum guaranteed amount will be $30,000 over the life of the contract. 1. Operator Training: The contractor shall provide training of LCFH Operators in accordance with the Program of Instruction (POI) of the finalized Operator Training Materials developed during the LRIP phase of this contract. Labor and Materials shall be priced per 20 students. The contractor shall provide all trainers, planning, materials, and equipment necessary for proper instruction. New LCFH units for demonstration will be provided by the Government. The training sites are estimated, but not limited to, take place at the following locations: Ft. Drum, NY; Ft. Bragg, NC; Ft. Stewart, GA; Ft. Hood, TX; Ft. Stewart, GA; Ft. Hood, TX; and Ft. Lewis, WA. Training dates will be specified by the Government. 2. Maintainer Training: The contractor shall provide training of LCFH Maintainers in accordance with the POI of the finalized Maintainer Training Materials developed during the LRIP phase of this contract. Labor and Materials shall be priced per 6 students. The contractor shall provide all trainers, planning, materials, tools, and equipment necessary for proper instruction. New LCFH units for Hands-On training will be provided by the Government. The training sites are estimated, but not limited to, take place at the following locations: Ft. Drum, NY; Ft. Bragg, NC; Ft. Stewart, GA; Ft. Hood, TX; Ft. Stewart, GA; Ft. Hood, TX; and Ft. Lewis, WA. Training dates will be specified by the Government. 3. TADSS Training: The contractor shall provide training of selected personnel on the installation and use of the TADSS devices. The training sites will be Aberdeen Proving Grounds, MD; Camp Shelby, MS; Salinas, KS; and Fort McCoy, WI. The contractor shall coordinate one visit to each of these sites at a date and time that is acceptable to the Government. The Point of Contact for each site shall be provided by the Government. The training must effectively train the trainers to install and operate the TADSS devices. The training will include demonstration of the installed TADSS devices. No training shall be conducted until the LCFH units and TADSS devices are available for demonstration. It is the intent of this office to award this modification to contract DAAB15-02-C-0019 on the basis of other than full and open competition under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, all proposals received within 7 days after date of publication of this market research announcement will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. The Defense Priorities and Allocations System (DPAS) rating for this acquisition is DO. Responses shall be submitted via e-mail or fax within 7 calendar days of the date of this notice to Ms. Maureen Barlow, Contract Specialist, e-mail: maureen.barlow@us.army.mil, fax:703-428-9859.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5295ef9cf1824d16af356342e68db871&tab=core&_cview=1)
- Place of Performance
- Address: US Army CECOM LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA<br />
- Zip Code: 22331-0700<br />
- Zip Code: 22331-0700<br />
- Record
- SN01675231-W 20080920/080918223527-5295ef9cf1824d16af356342e68db871 (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 |