SOURCES SOUGHT
V -- Intermodal Distribution Capabililty (IDC) Program
- Notice Date
- 11/6/2008
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-09-X-0284
- Response Due
- 11/21/2008
- Archive Date
- 12/21/2008
- Point of Contact
- TERESA LEAP, Contract Specialist, (973)724-4672<br />
- Small Business Set-Aside
- N/A
- Description
- This office, U.S. Army Joint Munitions & Lethality Contracting Center, ArmyContracting Command, intends on soliciting, Sole Source, to TJS Consulting forthe following effort.The contractor shall provide technical and engineering support to Logistics Research and Engineering Directorate (LRED), Armaments Research Development & Engineering Center (ARDEC) during the life of this effort. The anticipated period of performance for this effort is 12 months from date of award. Background - The Container Roll On/ Roll Off Platform (CROP) has become the Armys standard means for moving ammunition. It is a flat platform twenty feet long by eighty-nine inches wide that has a large A-frame on one end. This A-frame interfaces with a hydraulic lifting mechanism on a Palletized Loading System (PLS) truck or a Heavy Expanded Mobility Tactical Truck - Load Handling System (HEMTT-LHS), and allows these vehicles to pick up the CROP and its load and pull it up on to its chassis for transport. The CROP will also fit into a twenty foot International Standards Organization (ISO) container, locking itself in place for shipment on rail, commercial trailer, or ship. Airlifted ammunition takes too long and costs too much to deliver to soldiers because the Armys Palletized Loading System (PLS) platform, i.e., CROP and truck are not compatible with the Air Force cargo aircraft logistics systems. The following elements of work are to be performed by the contractor under this Statement of Work (SOW):3.1Verify/Validate performance requirements for all Intermodal Platforms.Performance Objective: Contractor will be responsible for providing engineering and technical support for the family of intermodal platforms. Engineering and technical support will include reviewing and interpreting of technical drawings, provide a keen understanding of methods of manufacturing in the reviewing of drawing notes, and the requirements based on the Joint Capability Technology Demonstration (JCTD). The contractor will work closely with government engineers to perform those tasks that are necessary to meet scheduled driven programs including test plans and final reports. The task shall include documenting, and managing daily activities to support the procurement, production, testing and the manufacturing and fielding of multiple types of intermodal platforms. 3.2 Support briefings and recommendations to the Combined Arms Service Command (CASCOM), Transportation Command (TRANSCOM), and all other stakeholders, related to test conclusions and their impacts on the Intermodal Distribution Capability (IDC) program. The contractor shall provide technical support in the development of briefings and recommendations related to Joint Modular Intermodal Distribution System (JMIDS). In addition the contractor shall be called upon to provide technical support for problem resolution, field malfunctions, modernization to meet capacity requirements, root cause analyses of critical defect findings, review and technical positions to support requests for waiver and deviations, and other actions necessary to manufacture, field and support Intermodal Distribution Capability (IDC) program.3.3 Provide engineering support related to development and testing of Intermodal Distribution Capability (IDC) hardware and support during IDC transition. In addition, the contractor shall be called upon to provide technical support for problem resolution, field malfunctions, modernization to meet capacity requirements, root cause analyses of critical defect findings, review and technical positions to support requests for waiver and deviations, and other actions necessary to manufacturer and fielding of Joint Modular Intermodal Distribution System (JMIDS) hardware. 3.4Integration Support for IDC ProgramThe Intermodal Distribution Capability (IDC) technical effort also requires a consistent, careful and thorough integration of the Modular Intermodal Platform (MIP), Modular Intermodal Container (MIC) and Automatic Identification Technology (AIT) components as well as the integration of the IDC with Tactical Wheeled Vehicles (TWVs) and Air Force Transportation Aircraft. To execute this task ARDEC's LRED has established the IDC integration team. The integration team's mission is to insure that the IDC and the Joint Modular Intermodal Distribution System (JMIDS) system, functions in accordance with prescribed operational and technical requirements. It is the responsibility of the hired contractor to lead the integration team efforts that include, but not to be limited to the following: 3.4.1 working closely with the Modular Intermodal Container (MIC), and Automatic Identification Technology (AIT) teams to fully understand contractor designs and schedules for each of these Joint Modular Intermodal Distribution System (JMIDS) components. 3.4.2 working closely with the Combined Arms Support Command (CASCOM), US Transportation Command, the Marine Corps, and other Intermodal Distribution Capability (IDC) stakeholders (i.e., the Air Force, Transportation Command (TRANSCOM), to fully understand customer and stakeholder requirements for Joint Capability Technology Demonstration (JCTD). 3.4.3 developing, scheduling, and managing interface tests for the Intermodal Distribution Capability (IDC) PC hardware that insures individual and system performance requirements are being met. 3.4.4 conducting periodic meetings to coordinate the technical activities. 3.4.5 publishing and distributing minutes of periodic meetings. 3.4.6 traveling to test sites to coordinate test details, observe testing and complete final reports as needed. 3.4.7 writing a common performance specification for Intermodal Distribution Capability (IDC) that will be used to support Department of Defense (DoD) acquisition of the Intermodal Distribution Capability (IDC). 3.4.8 writing correspondence and communicating with Intermodal Distribution Capability (IDC) team members and contractors on a routine basis. 3.4.9 writing monthly status reports.3.5 Support Technical reviews/analysis of new logistics enhancement concepts in support of the Intermodal Distribution Capability (IDC) programs. The contractor will provide input on new concepts related to IDC. Throughout the program, the contractor will be called upon to provide technical input on various concepts for military and commercial applications of IPC concepts. 3.6 Required Travel: Contractor should be prepared to travel to test facilities (Natick, MA, Yuma Proving Ground (YPG), AZ, Defense Ammunition Center (DAC), Mc Callister, AL, but it may be necessary to visit other sites as deemed necessary. 3.7 Multimedia Support:Contractor shall provide support as needed to prepare, modify, and present computer-based briefing materials. Specific skills will be required in the use of Microsoft Office suite of applications, primarily PowerPoint. This support may involve the conversion of existing presentation materials to the current standard. This support may also involve the development of multimedia presentation materials. The briefings will be for office management personnel and other stakeholders.3.8 Contractor shall provide monthly progress reports with monthly invoice. Format of report will be specified by Contracting Officer Representative (COR). (DI-MGT-80227)4.0 Government Furnished Equipment (GFE):Contractor personnel working on-site at Picatinny Arsenal shall utilize and administer existing or replacement computer systems, including PCs, databases/file servers, peripheral devices and network connections. All personnel assigned to this effort will be provided the necessary user IDs, passwords, and user accounts to perform the duties. 5.0 Security:5.1 Information Protection:Any information or data developed under this contract belongs to the Government and is considered sensitive. This information or data shall not be released by the contractor to any third party without the permission of the Contracting Officer Representative (COR).5.2 Non-Disclosure Agreement:Contractor must comply with local clause ARDEC 68.5.3 U.S. Citizens:Individuals who are not U.S. Citizens will not be allowed to perform work on contracts or subcontracts involving access (or possible access) to sensitive data, software, or equipment without prior approval from HQ, AMC. Upon termination of employment in sensitive automation duties or temporary separation for a sixty (60) day period or more, contractor employees shall be given a termination briefing and will execute a Security Termination Statement. This is a Sources Sought Notice only. This notice shall not be construed as a Request for Proposal or as an obligation on the part of the U.S. Government. Any interested, capable & responsible parties who can fulfill all portions of the SOW as indicated above, please provide your responses NO LATER THAN 15 DAYS after the issuance of this notice or 11/21/08. Note 22 Applies; The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis 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. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5bc1526f3903a7aa664d6d31470f993b&tab=core&_cview=1)
- Record
- SN01701822-W 20081108/081106215158-5bc1526f3903a7aa664d6d31470f993b (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 |