Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2020 SAM #6658
SOURCES SOUGHT

99 -- Water Well Drilling System

Notice Date
2/19/2020 4:46:23 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W4GG HQ US ARMY TACOM WARREN MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV20R0087
 
Response Due
3/13/2020 1:00:00 PM
 
Archive Date
03/28/2020
 
Point of Contact
Sofey Fugate, Shane C. Strehler
 
E-Mail Address
sofey.e.fugate.civ@mail.mil, shane.c.strehler.civ@mail.mil
(sofey.e.fugate.civ@mail.mil, shane.c.strehler.civ@mail.mil)
 
Description
Sources Sought Notice - WATER WELL DRILLING SYSTEM (WWDS) Description: This is a Sources Sought notice and request for information only. The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications of vendors who can support the requirement. This notice neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. It should not be construed as a commitment by the Government for any purpose nor will the Government pay for information solicited. Responses to this Sources Sought notice will be used by the Government to make appropriate acquisition decisions. The Army Contracting Command-Detroit Arsenal, MI has a requirement to for Field Service Representatives (FSR), Contractor Logistics Support (CLS), Instructor and Key Personnel Training (I&KPT), and Overhaul Services for WWDS to include: Drill Rig, Support Truck, Mud Trailer, and Air Compressor Trailer within the Continental US (CONUS) and Outside Continental US (OCONUS) to include contingency deployments and non-contingency deployments in the US Army�s Area of Responsibility (AOR). The required services supports the mission readiness of the Laibe Corporation WWDS. This requirement contemplates a potential Firm Fixed Price (FFP) seven year contract (five base years and two option years). The Government does not own the Full Technical Data Package (TDP) for the WWDS.� Performance of the work requires personnel with the certifications, technical skills, in-depth knowledge and training, special tools and equipment to provide support that includes, but is not limited to: inspection, assessment and evaluation, maintenance, repair, technical assistance, quality control, supply support, logistics planning, program plans and controls, business administration and total maintenance support to meet CONUS, OCONUS, and AOR mission requirements. Other duties may include training new military, civilian or other contractor personnel including updated training to previously trained operators and maintainers. Vendors must be familiar with the Laibe Corporation WWDS for the US Army. Vendors are responsible to provide general and special tools to work and perform the diagnostics, maintenance, and repairs on the equipment. Personnel supporting any contingency operation in the Southwest Asia (SWA) AOR will be based in Kuwait and Afghanistan. The FSRs located in Kuwait will be on the economy for lodging and transportation, with Government furnished meals at Military Dining Facilities (DFAC). The FSRs located in Afghanistan will be living with the US unit. FSRs will be authorized to work a flexible ten hour workday, seven days a week or may be directed to work a compressed schedule of not less than six days, 70 hours per week, at the discretion of the Government.� Alternative shift schedules may be required due to extreme temperature, heat and environmental conditions. The vendor must obtain all passports, visas, work permits, business licenses, driver�s license and other documentation required by the host nation. The vendor shall be registered to use Wide Area Work Flow (WAWF) for payment requests and report creation. Documentation of all work done must be provided to the Army. Interested vendors shall provide a detailed summary of their capabilities, past performance experience addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Please also provide your company business size and active System for Acquisition Management (SAM) information as stated in Attachment 0001. Please send responses to Sofey Fugate by email at sofey.e.fugate.civ@mail.mil. No telephone responses will be accepted.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e702525d7d704a17b3cbc04b015b2e89/view)
 
Record
SN05566121-F 20200221/200219230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.