Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2016 FBO #5382
SOURCES SOUGHT

14 -- PATRIOT New Equipment Training FY 18 - 22

Notice Date
8/16/2016
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q17R0002
 
Archive Date
9/14/2016
 
Point of Contact
Lisa Ann Gallagher, , David W. Murphree,
 
E-Mail Address
lisa.a.gallagher2.civ@mail.mil, david.w.murphree.civ@mail.mil
(lisa.a.gallagher2.civ@mail.mil, david.w.murphree.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a request for information (RFI) only. This is not an invitation for bids (IFB), request for quotations (RFQ), or request for proposals (RFP). The US Government (USG) intends to procure 5 years of New Equipment Training (NET) on the Phased Array Tracking Radar to Intercept Of Target (PATRIOT) system for the United States Government (USG) and its Foreign Military Sales (FMS) customers. Training required will include, operation, troubleshooting, maintenance, and repair. A Defense Security Services (DSS) facility capable of handling, storing and receiving classified information is required to perform NET. Background: The US Army, Lower Tier Project Office (LTPO) is conducting market research for PATRIOT NET efforts beginning in 2018 through 2022. PATRIOT NET training consists of training soldiers on all PATRIOT hardware and software upgrades (e.g., Instructor & Key Personnel Training, Staff Planners Orientation Courses (SPOC), NET Courses and Deport Training Courses). Interested parties shall demonstrate personnel are technically knowledgeable of the operation and maintenance of the PATRIOT weapon system and possessing proper security clearances. Sample PATRIOT NET tasks for hardware and software upgrades are as follows: 1. Perform interface and integration activities with logistics agencies to identify system modification activities, equipment fielding plans and schedules for inclusion in the NET program. 2. Develop/update training material and conduct training in support of hardware and software fielding/upgrades for the U.S. PATRIOT Weapon System locations worldwide to include both Institutional schools. 3. Prepare and provide updated I nteractive Mu l timedia Instruction training m aterials for distribution. Additionally, NET support will be provided for the Reconfigurable Table Top Trainer (RT3). This will include RT3 training kits, training materials, labor, transportation, travel, or Other Direct Cost and services. This procurement will include access to classified information and hardware and will require the contractor to be a US corporation, which has a DSS approved secure facility. Further, the Defense Contract Management Agency will be asked to conduct a pre-award survey of the contractor’s facility to determine the capability to successfully fulfill the requirements of the anticipated contract to minimize risk to the PATRIOT program. Interested firms who believe they are capable of providing the above mentioned items are invited to indicate their interest by providing the following information to the contract specialist listed below: 1. Company name, company address, overnight delivery address (if different from mailing address, Cage Code, point of contact, e-mail address, telephone number, fax number. 2. Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc.) 3. Affirmation of cleared personnel. 4. A description of the company’s expertise in providing service expertise as identified above. 5. The company’s experience in conducting NET on hardware and software PATRIOT upgrades or similar weapons system. All responses shall be unclassified. All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. The closing date for this RFI is 30 August 2016 The Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or any subsequent exchange of information. All responses shall be transmitted electronically to lisa.a.gallagher2.civ@mail.mil or david.w.murphee.civ@mail.mil. POC: Lisa Gallagher Contract Specialist Army Contracting Command-Redstone Arsenal (ACC-RSA) CCAM-ALB lisa.a.gallagher2.civ@mail.mil Alternative POC: David W. Murphree Contracting Officer Army Contracting Command-Redstone Arsenal (ACC-RSA) CCAM-ALB david.w.murphee.civ@mail.mil This RFI is for planning purposes only and shall not be considered as an IFB, RFQ, or RFP. A technical data package (TDP) will not be released as a result of this RFI. TDP’s, if available, will be provided to cleared contractor who request a copy when, and if, a solicitation is issued as a result of this posting. Additionally, there is no obligation on the part of the Government to acquire any products described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. 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. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Contracting Office Address: ACC-RSA - (Missile), ATTN: CCAM-ALB, 5303 Sparkman Bldg, Redstone Arsenal, AL 35898
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/895bb77c389247c3290f17170ec0fc77)
 
Place of Performance
Address: Various locations CONUS and OCONUS., United States
 
Record
SN04226046-W 20160818/160816235629-895bb77c389247c3290f17170ec0fc77 (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.