Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2005 FBO #1432
SOLICITATION NOTICE

J -- Countermine Equipment & Route Clearance Vehicles Maintenance & Logistical Services

Notice Date
10/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-06-R-1025
 
Response Due
11/14/2005
 
Archive Date
1/13/2006
 
Small Business Set-Aside
N/A
 
Description
The Army Materiel Command Life Cycle Management Command proposes to acquire equipment maintenance & logistical services in support of countermine equipment and route clearance vehicles (RCV) at locations within Iraq, Afghanistan and the United States on an other than full and open competition basis. Pursuant to 10 U.S.C. 2304(c)(1) award is intended for Mantech Telecommunication and Information Systems, Chantilly, VA, who is deemed to be the only responsible source due to its extensive technical, management and logistician expertise in the repair and maintenance on multiple types of the following specialized equipment: Interim Mounted Mine Detector (IVMMD) Systems, Buffalo Mine Protected Clearance Vehicle, RG-31 Mine Protective Vehicle, Aardvark Flail, Berm Sifter, Casspir Mine Resistant Vehicle, and AN/PSS-14 Hand Held Mine Detection Set . Mantech Telecommunication and Information Systems is the incumbent for this effort and currently has OEM Certified staff in place at the aforementioned locations. Mantech is the only responsible source that has the capability already in theatre to perform forward repair of all of the systems listed. Mantech has also developed a tailored information management system that provides maintenance management and inventory tracking information of this specialized equipment. In support of this effort the contractor will be required to perform direct support (type) level maintenance and assist in organizational maintenance and adjustments IAW inspection sheets (DA Forms 2404/5988EEquipment Inspection Worksheets), appropriate TMs / TBs, appropriate Lubrication Orders (LOs) and commercial technical manuals or other manufacturer's documentation. Maintenance may consist of vehicle repair, Battle Damage repair, vehicle hull armor repair, and hydraulics and pneumatic repair. Repairs will require detailed coordination with OEMs to affect repair due to limited technical documentation. The contractor shall provide maintenance above unit level tasks and also assist in operator/unit level maintenance; provide technical assistance for unit level tasks. The contractor shall provide General Support (GS) and Depot type maintenance to equipment. The contract may conduct GS maintenance themselves or secure from and outside vendor with proven expertise in equipment or components listed above. The contractor shall provide on-call assistance for maintenance and supply support to the supported unit/s as needed. This includes forward secure locations. The contractor shall purchase and replace consumable supplies and components, Line Replaceable Units and other critical system components that cannot be repaired. Depending on the criticality of the requirement, and availability of parts through government channels, the contractor shall obtain the parts through Local Purchase, Original Equipment Manufacturers or secondary sources of supply, or by a Supply Request (requisition) to the CE-LCMC or TA-LCMC Management Control Activity (MCA) or to the appropriate Supply Support Activity (SSA). The contractor shall establish subcontracts with vendors and manufacturers for parts procurements, weekly updates for status of order, shipping and issues related to the parts order. The contractor shall maintain inventory of spare and repair parts based on demand history, and Authorized Stockage Lists provided by the Government. The contractor shall maintain a record of part on-hand and reconcile inventory on a regular basis. The contractor shall maintain an information management system that tracks maintenance and supply actions, inventory status, parts usage demand history, maintenance manhours etc. The contractor shall implement a system that resembles the Standard Army Maintenance system. The contractor shall institute property control/accountability procedures in order to safeguard all government and contractor equipment. The contr actor shall maintain a property accountability record of all equipment (GFP and CAP) for the duration of the contract and provide a quarterly Status of GFP Report . The contractor shall establish and maintain visibility of property in an online information management system. All contractor representatives shall possess at a minimum a SECRET clearance. Questions regarding this requirement should be submitted in writing to carrodena.johnson@cacw.army.mil
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00921814-W 20051028/051026212833 (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.