Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2002 FBO #0312
SOURCES SOUGHT

99 -- Sources Sought Notice (not a formal Request For Proposal or RFP) for Market Survey Information Only for Contractor Logistical Support and Depot Repair of all fielded configurations of Enhanced Position Location Reporting System (EPLRS) Radios.

Notice Date
10/8/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
DAAB07-03-R-C401
 
Archive Date
1/7/2003
 
Point of Contact
PLATT GILMARTIN, (732) 532-2166
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center
(platt.gilmartin@mail1.monmouth.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Government requires a System Integrator for the management of the Enhanced Position Location Reporting System (EPLRS), for Contractor logistical support and depot repair of all fielded configurations of the EPLRS. The contractor shall provide essential Contractor logistical support and depot maintenance to include: inspection, diagnosis, troubleshooting, testing, verifying functionality, and repairs necessary to restore the end items and repairable subassemblies or equivalents to a serviceable condition. The Contractor shall also upgrade, revise, and process logistics data and requirements as applicable, and perform other taskings as required, to successfully support the fielded EPLRS radios. The functional capabilities for which the end item was designed will not be changed, modified, or altered. The functional configuration will also not be changed, modified, or altered unless directed by a Government approved Engineering Change Proposal (ECP ). The Contractor shall provide depot repair for all Government Furnished Materials (GFM) hardware. The Contractor shall perform the minimum maintenance required to return any GFM equipment to a serviceable condition for its intended operational use. The Contractor shall repair end items received from authorized users in the United States Army (USA), the United States Air Force (USAF) and Air National Guard (ANG), the United States Marine Corps, Test and Integration Contractors directed by Project Management Office/Tactical Radio Communication Systems (PMO/TRCS), and any other authorized government agenci es in other military services. The Contractor shall then return serviceable replacement end items within a turn around time (TAT) of thirty (30) calendar days from the induction of said item into the repair process. TAT measurement will begin upon the Contractor's receipt of the repaira ble item accompanied by a properly executed DD Form 1149, or equivalent, to return to the user. The Contractor shall be provided a limited amount of Government Furnished Material (GFM) module spares, subassembly spares, and piece part lay-in as a part source for Line Replaceable Units (LRUs) and Shop Replaceable Units (SRUs) repairs. If the parts nee ded are not found in the lay-in, the Contractor shall subsequently use production stores or outside vendors as alternatives. It is the intent of the Government that the Contractor shall utilize all GFM spares, subassemblies, and piece parts until these inventories are exhausted. The Contractor shall provide and maintain a lay-in of spare modules, subassemblies, and piece parts n ecessary to conduct depot repairs and meet the TAT. The Contractor shall ensure that all GFM remains in serviceable condition. Special shipping support will be provided by the Contractor to establish a worldwide express address to support all customers, and specifically address Okinawa, Japan. The Contractor shall obtain all necessary customs and other governmental authorizations, licenses, and permits to ship equipment to, and receive equipment from, this location. Identification of the proposed location or locations of depot maintenance support must be provided in responses to the Government. Sample items of the F-model EPLRS may be provided upon request for respondents to evaluate support capabilities. If desired, contact Mr. Robert Wilson by e-mail at robert.wilson@c3smail.monmouth.army.mil. The performance specification for the latest production configuration of the EPLRS can be e-mailed to interested parties by contacting the Contract Specialist, P.J. Gilmartin, at platt.gilmartin@mail1.monmouth.army.mil. Responses should be mailed to U.S. Army, CECOM Acquisition Center, AMSEL-AC-CA-RT-T (PJG), Fort Monmouth, NJ 07703-5008, or e-mailed to Phillip Forgione, Contracting Officer, at phillip.forgione@mail1.monmouth.army.mil.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center Derum Avenue, Building 1208W, 1st Floor, Pole 12 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00184507-W 20021010/021008213412 (fbodaily.com)
 
Source
FedBizOpps.gov 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.