Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 06, 2017 FBO #5523
SOURCES SOUGHT

J -- Contractor Technical Service Representative

Notice Date
1/4/2017
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
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
W31P4Q-17-R-0071
 
Archive Date
2/1/2017
 
Point of Contact
Cheryl Huettel, Phone: 2563131122
 
E-Mail Address
cheryl.l.huettel.civ@mail.mil
(cheryl.l.huettel.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: 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). This notice is published in accordance with FAR Parts 10.002 and 15.201 in support of market research. No award is intended as a result of this synopsis as the Government has no intention to pay for information received. A requirement has been identified for a contractor to provide Contractor Field Support Representative (CFSR) support for the PATRIOT Advanced Capability-3 (PAC-3) Missile Segment Enhancement (MSE) and Ground Support Equipment, Trainer/Training Device and associated hardware and software as well as Depot Maintenance support for the US CONUS and OCONUS. The Contractor Technical Service Representative(s) (CTS Rep(s)) shall provide system integration support i.e., installation/checkout of the PAC-3 System hardware and software into the units being fielded. Additionally, the CTS Rep(s) shall be onsite with the fielded units and shall be available as subject matter expert(s) with regard to operational questions and the maintenance of both the hardware and software, including software verification. The CTS Rep(s) shall be on call to support the user within 24-48 hours after receiving request for assistance from the user, to diagnose and troubleshoot hardware and software difficulties encountered by the users. The contractor CTS Rep(s) may be required to travel to the equipment at the specified locations, or the equipment may be delivered to the contractor. The contractor shall perform maintenance, repair or supply action required affecting a repair to the fielded hardware IAW TM 9-1430-PATRIOT-3. Interested firms who believe they are capable of providing the above mentioned services are invited to indicate their interest by providing: 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 and facilities. 4. A description of the company's expertise in providing Contractor Field Support Representative (CFSR) support for the PAC-3 Missile Segment and Ground Support Equipment. 5. A description of your company's capabilities and assets necessary to test and integrate hardware and software capabilities into the PATRIOT Advanced Capability-3 (PAC-3) Missile Segment Enhancement (MSE) Defense System. 6. A description, in general, of your company's approach to meeting the required period of performance. 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 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 no longer than 5 pages and transmitted electronically to Contract Specialist, Ms. Cheryl Huettel, at e-mail cheryl.l.huettel.civ@mail.mil, no later than 5:00 p.m. CST on 17 January 2017. No telephone or facsimile requests will be accepted. Responses will not be returned nor will be considered by the Government as offers. POC: Ms. Cheryl Huettel Contract Specialist Army Contracting Command, Redstone Arsenal (ACC-RSA) CCAM-PAD (256) 313-1122 cheryl.l.huettel.civ@mail.mil This RFI is for planning purposes only and shall not be considered as an IFB, RFQ, or RFP. 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-PAA, Room 1E1100, 106 Wynn Drive, Huntsville, AL 35806 Place of Performance: ACC-RSA - (Missile), ATTN: CCAM-PAA, Room 1E1100, 106 Wynn Drive, Huntsville, AL 35806 Point of Contact: Ms. Cheryl Huettel cheryl.l.huettel.civ@mail.mil (256) 313-1122
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c479b9fc63a68bc2dfc39b8b598befb9)
 
Place of Performance
Address: US CONUS and OCONUS, United States
 
Record
SN04362812-W 20170106/170104234308-c479b9fc63a68bc2dfc39b8b598befb9 (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.