SOLICITATION NOTICE
19 -- Army Watercraft Systems (AWS) Services - W56JSR-17-R-0021 Solicitation Documents 5 May 2017
- Notice Date
- 5/5/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488390
— Other Support Activities for Water Transportation
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W56JSR) Division E, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W56JSR-17-R-0021
- Archive Date
- 6/20/2017
- Point of Contact
- David John Clark, Phone: 4438614901, Kathryn A. Ortel-Thatcher, Phone: 4438614905
- E-Mail Address
-
david.j.clark62.civ@mail.mil, kathryn.a.ortel.civ@mail.mil
(david.j.clark62.civ@mail.mil, kathryn.a.ortel.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 027 Solicitation W56JSR-17-R-0021 5 May 2017 026 GFP GFE SERVICEABLE-INVENTORY 025 Quality Assurance Surveillance Plan (QASP) 024 Performance Work Statement (PWS) 20 April 2017 023 Contract Data Requirements List (CDRL) 10 April 2017 022 A07 Questions from Industry Final 021 A07 AWS Industry Day Sign-in Sheets 020 W56JSR-17-R-0021 Industry Day Slides 11 Apr 2017 Final Approved 019 AWSC Material List 018 W56JSR-17-R-0021_Sample Worksheet 017 SecurityClassificationGuide 016 Government Furnished Tools 015 Field Service Report (Fillable PDF template) 014 DD254 Template 013 Field Maintenance Process 012 Weekly Meeting Agenda Template 011 In Progress Review (IPR) Template 010 AWS Material Sample List 009 Monthly Progress Report Template 008 AWS CFSR Qualification Matrix 007 Sample Parts in Storage 006 Maintenance Action Message (MAM) Draft 005 FY18-22 Stamis Report Template 004 LCU CLASS Modernization Assets 003 AWS C4ISR Assets 002_SIF_Guidelines_(Solicitation Reference) 001 Incident Reports with Resolutions 1. This solicitation is for a five (5) year, Indefinite Delivery Indefinite Quantity (IDIQ) type contract with task orders issued on a Firm-Fixed-Price and Cost Reimbursable basis to provide program management, technical, repair and sustainment services for Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) assets and suites of equipment installed on Army Watercraft System (AWS) vessels and platforms. This includes current and future C4ISR equipment, and all associated assets, installed on AWS vessels/platforms positioned worldwide. CLINs 1001 thru reflect required services for the five year ordering period. CLIN and ELIN's 6000 are CDRL's and CLIN 7000 is for a 6-month option in accordance with FAR Clause 52.217-8. 2. The Government is required to resolve a minimum of one unit per Incident reported in which travel is required. 3. The repairs may be a one or a combination of the units listed on the listed Army Watercraft platforms. 4. Accelerated resolution shall be at no extra cost to the Government. 5. Tasks shall be performed in accordance with (IAW) the attached Performance Work Statement (PWS) entitled "PERFORMANCE WORK STATEMENT Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Support Services for Army Watercraft System", dated 19 April 2017, and the Contract Data Requirements List (CDRLS). The PWS and CDRLs are hereby incorporated into Section J as Attachment 0001 and Exhibit A, listed as, "024 Performance Work Statement (PWS) 20 April 2017". 6. The Contractor shall mark all contract deliverables IAW the PWS requirements. 7. The Contractor shall report all contractor manpower (including subcontracting manpower) required for performance of this contract IAW the PWS. 8. Final reports shall be forwarded via Material Inspection and Receiving Report, DD FORM 250. 9. Performance measures will be documented on a monthly basis in the monthly reports as indicated in the PWS and the Quality Assurance Surveillance Plan (QASP). The QASP dated 05 January 2017 is hereby incorporated in Section J as Attachment 0001 and Exhibit A, listed as, "025 Quality Assurance Surveillance Plan (QASP)". 10. Packaging shall be IAW the PWS. 11. The Contracting Officer Representative (COR) is will be named upon award. 12. The proposal submission instructions are set forth in Section L and the basis for award is set forth in Section M. 13. An amendment will be forthcoming to this solicitation and posted on FBO.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/49fd03e14f589a5154f78b072a2902c1)
- Place of Performance
- Address: This includes current and future C4ISR equipment, and all associated assets, installed on Army Watercraft., Systems to include vessels/platforms positioned worldwide., Aberdeen Proving Ground, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04498261-W 20170507/170505234834-49fd03e14f589a5154f78b072a2902c1 (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 |