Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2010 FBO #3275
SOURCES SOUGHT

59 -- For Contractor Logistics Support, Field Service Engineering, Technical Support, Spare Parts and Associated Logistics Management OCONUS in the Country of Iraq, Foreign Military Sales (FMS) Customer, Multiple Electrical Equipments

Notice Date
11/10/2010
 
Notice Type
Sources Sought
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-4974-1
 
Response Due
11/23/2010
 
Archive Date
1/22/2011
 
Point of Contact
Harold Schwake, 000-000-0000
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(harold.schwake@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
FOR MORE INFORMATION CONTACT: Mark Vizthum, Engineer, 443-861-2654. This Sources Sought Announcement (SSA) is to identify sources for Contractor Logistics Support (CLS), Field Service Engineering (FSE), Technical Support, Spare Parts and associated Logistics Management for the AN/TPQ-48A/Q48 Lightweight Counter Mortar Radar (LCMR), AN/TPQ-36(V)10/Q36 FireFinder (FF) Radar System and Improved Position and Azimuth Determining System (IPADs), M-1097A2 High Mobility Multipurpose Wheeled Vehicle (HMMWV), and Generators operating in the country of Iraq, a Foreign Military Sales (FMS) Customer. This SSA is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, or Request for Proposal or as an obligation on the part of the U.S Government (USG) to acquire any products or services. Responses will be treated as information only. The USG does not intend to award a contract on the basis of this SSA and no entitlement to payment of direct or indirect costs or charges shall arise as a result of any responses to this SSA or the USG use of such information. The USG reserves the right to reject, in whole or part, any contractors input to this SSA. This request is not a solicitation for proposals and no funds have been appropriated, authorized or received for this effort. Info provided may be used to create an acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification. Proprietary or competition sensitive info contained in any response must be marked accordingly. Interested Sources must be capable of satisfying all of the requirements below: "The Contractor must provide aforementioned field, technical and CLS to include operators, spare parts management, on-site non-RF repairs (applies to Q48A only), and reliable 24/7 on call technical support during a projected performance period of one (1) year beginning 90 days after contract award. "The Contractor must provide operators for six (6) Q36 FF Radar systems and eighteen (18) Q48A LCMR Radars for a period of six months. These radars will be located in three separate locations within Iraq and will require 23/7 operations. Upon completion of the six (6) months, the Contractors operators will be required to remain in the three areas of operation and shift their mission from operating the radars to providing on-the-job training (OJT) for the Iraqi soldiers. The duration of the OJT is projected for six (6) months. The total performance period for Contractors operators and conducting OJT is one (1) year. "The Contractor must provide FSEs to support this FMS operations in-country, Iraq. The Contractor shall be responsible for field level maintenance of the six (6) Q36 FF and eighteen (18) Q48A radars and three (3) IPADS for a period of one (1) year. The Contractor is required to provide four (4) experienced Q36 FSEs and four (4) experienced Q48A FSEs, (1) IPADS FSE, and (1) FSE for both the HMWVVS and generators to accomplish this mission. One (1) Q36 and one (1) Q48A FSE shall be located in each of the three areas of operation. The fourth Q36 and Q48A FSE will remain at a specified Iraqi depot facility for depot training operations. "Upon completion of the one (1) year FSE, the Iraqi soldiers should acquire the skills necessary to independently maintain these radars, IPADS, HMWVVs, generators and the FSEs will then be required to provide guidance and/or assist with repair actions only when requested. The FSEs will then begin a technical assist mission for two (2) years which will only require two (2) experienced Q36 FSEs, two (2) experienced Q48A FSEs, and (1) experienced IPADS FSE to accomplish this particular mission requirement. In addition to the technical assistance mission of performing field level maintenance, the remaining five (5) FSEs will be responsible to train the Iraqis in spare parts management and logistics operations to include the FMS repair and return process as well as future ordering of spare parts for sustainment. "The Contractor must establish and maintain an OCONUS CLS facility with all necessary infrastructures in place to include: facilities with adequate depot work space, bench test station, storage area, test fixtures, support equipment and tools etc., which shall remain in country at the conclusion of the projected three (3) years FSE performance period in country. In addition, all FSEs will be required to report to country with a telephone providing reliable service to facilitate calls back to the U. S., when deemed necessary. Note the Contractor will not be supported by any Regional Support Center or Forward Repair Activity OCONUS. "For parts requiring beyond scope of field level maintenance repair, the Contractor will be required to coordinate shipment, repair and return of failed components in this category to a Continental U.S (CONUS) repair facility. Such repairs can be performed at a Contractors repair facility or an organic U.S. Army Depot. This repair and return service will be required for any part that fails within the initial twelve (12) months of equipment received in Iraq. After the initial twelve (12) months, the Government of Iraq will use the standard FMS repair and return process for all repair activity. "The Contractor will be provided the list of required spare parts as Government Furnished Information. The Contractor will be required to provide a complete set of essential spare parts for each of the two aforementioned radars. Spare parts that are available in USG stock will be supplied as Government Furnished Equipment while the Contractor will be responsible for supplying spare parts that are not available in USG stock. Contractor personnel supporting this overall CLS and FSE efforts during the total performance period of three (3) years will be protected by the U.S. Army or a U.S. contracted security team; final arrangement to be determined. Note current Sources: Thales Raytheon Systems, LLC, El Segundo, CA for the AN/TPQ-36 FF Radar System; SRCTec, Syracuse, NY for the AN/TPQ-48A LCMR; L-3 Comm., Budd Lake, NJ for the IPADS. Any Interested incumbent is required to submit a formal response. Interested Sources-Suppliers possessing the capabilities and resources to satisfy all of the requirements specified herein are encouraged to respond to this announcement and provide definitive information to demonstrate availability of qualified experienced technical personnel and ability to establish depot facility with associated resources. Responses, to include previous contractual information for similar type of services, must be submitted No Later Than Eastern Standard Time Close of Business 23 November 2010. Submit responses preferably in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint via all three email addresses: Marcy.Fink@us.army.mil; Mark.Vizthum@us.army.mil; Nicole.Cantave@us.army.mil UNCLASSIFIED written information will be accepted through regular mail: PM Radars, Building 6006, Aberdeen Proving Ground, MD 21005, ATTN: Marcy Fink. Nicole.Cantave@us.army.mil;
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/31cc4f81f0946ee9cf8a5f64c143d1f6)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN02325922-W 20101112/101110234331-31cc4f81f0946ee9cf8a5f64c143d1f6 (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.