Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2010 FBO #3288
SOURCES SOUGHT

59 -- Market Survey for OCONUS Contractor Logistics Support (CLS), Field Service Engineering (FSE) on AN/TPQ-36, AN/TPQ-48A and Improved Position and Azimuth Determining System-IPADS, M-1097A2 (HMMWV) and Generators, Electrical Equipment

Notice Date
11/23/2010
 
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-4991-1
 
Response Due
12/13/2010
 
Archive Date
2/11/2011
 
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:Nicole.Cantave@us.army.mil This is a Sources Sought Announcement (SSA) to identify sources for Contractor Logistics Support(CLS), Field Service Engineering (FSE) and 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 Outside Continental United States (OCONUS) in the country of Iraq, a Foreign Military Sales (FMS) Customer. This announcement 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 Government to acquire any products or services. Your response will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). Parties responding are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this market survey or to otherwise pay for the information submitted in response to it. Interested Sources must be capable of satisfying all of the following requirements: " The Contractor must provide aforementioned field, technical and Contractor Logistics Support (CLS) to include Field Service Engineers (FSEs), 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 Field Service Engineers (FSEs) to support this FMS operations in-country, Iraq. The Contractor shall be responsible for field level maintenance of the six (6) Q36 FF, eighteen (18) Q48A radars, three (3) IPADS and (1) FSE for both the HMMWVs and generators to accomplish this mission for a period of one (1) year. The FSEs will be located at Al Taji Iraqi Depot and will be on call 24/7. The FSEs will be expected to travel as needed to three separate locations within Iraq that will be operating the radars 23/7. The FSEs will also be responsible to prove on-the-job training (OJT) to the Iraqi soldiers while conducting repair activity. The total performance period for Contractors FSEs and conducting OJT is one (1) year. " Upon completion of the one (1) year FSE, the Iraqi soldiers should acquire the skills necessary to independently maintain these radars, IPAD system, HMMWVs, generators and the Contractor 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. For planning purposes 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 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 United States Government (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-Suppliers: Thales Raytheon Systems, LLC, El Segundo, CA for the AN/TPQ-36 FireFinder Radar System, SRCTec, Syracuse, NY for the AN/TPQ-48A Lightweight Counter Mortar Radar-LCMR, and L-3 Comm., Budd Lake, NJ for the IPADS. All interested Sources-Suppliers that possess the capabilities and resources to satisfy all of the requirements specified herein are encouraged to respond to this announcement by addressing the specific category of interest and provide definitive information regarding availability of qualified experienced technical personnel and ability to establish depot facility with associated resources. Response, to include previous contractual information for similar type of services, to demonstrate capability to satisfy the requirements must be submitted no later than Eastern Standard Time Close of Business 13 December 2010 in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint to all of the following Point of Contacts: Marcy.Fink@us.army.mil Mark.Vizthum@us.army.mil Nicole.Cantave@us.army.mil Thomas.M.Frank@us.army.mil; If a soft-copy cannot be provided, 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; CECOM LCMC POC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a76f98ba40a261616351f32bf4ce424e)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN02333176-W 20101125/101123234718-a76f98ba40a261616351f32bf4ce424e (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.