Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2006 FBO #1661
SOLICITATION NOTICE

L -- In support of the FMTV/M915 Crew Protection Kit (CPK) Add-on Armor (AoA) installation effort, one (1) Field Service Representative (FSR) at Camp Anaconda, Balad, IR is required.

Notice Date
6/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
U.S. Army Field Support Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J06R0169
 
Response Due
6/23/2006
 
Archive Date
8/22/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constit utes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued through ASFI/FedBizOps as will any amendments thereto. This solicitation is issued as a Request for Proposal (RFP) identi fied as W52P1J-06-R-0169. The Army Field Support Command (AFSC) intends to award one firm fixed-price, commercial item contract in response to Request for Proposal (RFP) W52P1J-06-R-0169. This solicitation is unrestricted. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The associated North American Industry Classification System (NAICS) code is 336992. In support of the FMTV/M915 Crew Protection Kit (CPK) Add-on Armor (AoA) installation effort, one (1) Field Service Representative (FSR) at Camp Anaconda, Balad, IR is required for 90 days commencing 1 Jul 06. The contract will also provide for three (3) each 90 day evaluated options for the FSR in Iraq. The following St atement of Work applies: Statement of Work C.1  The Contractor shall provide one (1) experienced individuals as listed below to perform the FMTV/M915 Crew Protection Kit (CPK) and related vehicle modification, enhancement and upgrade kit installation in Iraq and other locations within the SWA AOR. - One (1) Field Service Representative (FSR), Balad, IR (Primary Duty Station) C.2  Field Service Representative (FSR) Duties C.2.1  The Contractor shall provide one (1) FSR to train, advise, and assist in the installation of FMTV/M915 CPKs and PM-approved vehicle modifications, enhancements and upgrades. Installation will be performed by other contract support personnel, and by direct maintenance support personnel. The FSR shall be capable of performing Operational 10, Organ izational 20, and Direct Support 30 level maintenance. The FSR will be able to coordinate directly with OEM factory engineers for damaged cab field repairs, kit installation and TWV modification/enhancement kit issues and conduct critical parts expeditin g to the Area of Operation. In addition, the Contractor shall identify and train an additional FSR to be ready for immediate call-up to support the AoA and related TWV modification, enhancement or upgrade effort. C.2.2  The FSR(s) shall conduct on-the-job modification, enhancement, and upgrade kit installation training for military personnel, Government civilian personnel, and other contractor personnel while deployed on the installation site. Training shall be t o the level that personnel are capable of installing and maintaining the related kits without Contractor oversight. The Contractor shall provide each installation team with one copy of the most recent version of the Installation Instructions, or a copy of the Technical Bulletin. This training shall take into account all models and configurations. The FSR(s) must communicate with TACOM prior to installing any modifications. C.2.3  The FSR(s) shall provide updated training to previously-trained mechanics and personnel to ensure that they are fully aware of all changes and improvements made to the kits since their initial training. This training will be conducted on-site. C.2.4  The FSR(s) shall conduct troubleshooting and technical problem resolution, with the assistance of a CONUS-based AoA/TWV modification/enhancement kit manufacturers technical support team. The FSR(s) will go to and assist units who experience field problems with any kit installation or kit components (e.g., form, fit, and function issues; vehicle performance issues; operational issues), perform Battle Damage Assessments, and Battle Damage Repairs. C.2.5 The FSR(s) shall provide a we ekly report of actions to the COR and HQs AFSC in accordance with the Contract Data Requirements List (CDRL 01). This report shall include: the number of fielded vehicles worked on, man-hours expended per vehicle, vehicle serial numbers, model number(s), p roblems encountered, name/designation of units assisted, quantity and type of parts and assemblies required, the number of parts provided to units (if applicable), and disposition of deficient parts (if applicable). C.2.6  The FSR(s) shall develop a Government approved Quality Assurance vehicle inspection checklist to verify proper kit installation and full mission capability. The checklist details the AoA condition, any damage to the vehicle as a result of the AoA, and any repair to the AoA or to the vehicles. The Government will use this checklist to record process quality control, and it will be signed by a certifying Government person who will certify that the work on a given vehicle has been completed to standard (s). C.2.7  The Contractor shall provide a contingency plan to the Government in case of emergency absence of an FSR. This plan shall indicate how the Contractor intends to back-fill the empty FSR position in order to continue the contracted support in the the ater. C.2.8  All Contractor personnel are authorized to work a flexible 12 hour workday, seven days a week, to accommodate vehicle availability, or may be directed to work a compressed schedule of not less than six days, 84 hours per week at the discretion of t he Site Manager/COR, dependant upon workload. C.2.9  The FSR(s) will serve as a working member of the installation teams, as needed. The FSR may be required to travel to other countries within the SWA AOR on a temporary basis to provide assistance. Per Diem expenses associated with any such Governmen t-directed stay in Kuwait will be reimbursed by the Government. C. 2.10  Should the occasion arise that there are no vehicles or kits available, the Contractor Personnel may be assigned to other duties, as assistants to the AoA contractor, at the discretion of the Site Manager/ COR. The Site Manager/COR may assign ge neral duties to prepare for incoming vehicles of kits, inventory all equipment, or other general maintenance tasks in support of the mission. C.3  Material and Equipment C. 3.1  The Government will provide all facilities, installation labor, special tools, material handling equipment (MHE), material, and supplies to support the effort. Disposition of removed parts will be directed by the Government. The Government shall be responsible for the transportation of the vehicles and kits to the proper locations. Production coordination will be provided by FORSCOM. C.3.2  The FSR(s) shall be capable of providing digital photos as directed by the performance certifier. C.3.3  The Contractor shall ensure that deployed employees possess the required civilian licenses to operate the equipment necessary to perform the duties IAW the terms and conditions of the contract in the theater of operations in accordance with this Sc ope of Work. Before operating any military owned or leased equipment, the contract employee shall provide proof of license (issued by an appropriate governmental authority) to the unit or agency issuing the equipment. C.4  Travel C.4.1  All travel shall be conducted in accordance with the Joint Travel Regulations. The Contractor shall obtain all necessary visas and passports required by each employee. C.4.2  The Contractor shall ensure that all deployed employees that are U.S. citizens receive all required mission training and successfully complete the training. The training shall take place at one of the CONUS Replacement Centers (CRC) locations. Pe rsonnel transferring from other locations in the SWA theater of operations are exempt from the CRC requirements stated in C.4.2 and C.4.3. C.4.3  The Contractor is responsible for coordinating and providing travel to the CRC prior to deployment and travel from CRC upon return from deployment. FSR personnel are required to process through the CRC upon return from CENTCOM theater of operations in order to return issued identification badges, organizational clothing, and equipment to Go vernment control. C.4.4  The Government shall provide transportation into and out of Iraq and Afghanistan for contract employees and equipment from Kuwait. The flights into and out of Iraq and Afghanistan shall be by military aircraft. C.4.5  The Government will furnish on-site transportation for contract employees located in Iraq and Afghanistan. The Contractor will be required to provide transportation to and from the sites in Kuwait. C.5  The Government shall provide the contract employees with Chemical Defensive Equipment (CDE) familiarization training commensurate with the training provided to Department of Defense civilian employees. The training and equipment will be provided at the CONUS Replacement Center (CRC) for employees traveling from CONUS. C. 6  The Government shall provide the contract employees with the necessary ISOPREP and FPI/SERE training. This training will be conducted at the CRC. C.7  The Contractor shall ensure that all deploying individuals have the required identification tags and cards prior to deployment. Contractor employees will maintain all issued cards and tags on their person at all times while OCONUS. These cards and ta gs shall be obtained through CRC, and shall be obtained through CRC, and shall be promptly returned to the Government upon redeployment. The Performance Certifier will also sign DD 250s for this effort. If the Performance Certifier is unavailable, the PCO will sign DD 250s. C.8  The Contractor shall ensure that their employees obtain appropriate VISAs, including VISA 18 as required. C.9  Contractor employees are required to have a Secret Security Clearance to perform field service effort in the Southwest Asia (SWA) theater of operations. C.10  The Government does require a medical screening at the CRC for FDA approved immunizations, which shall include DNA Sampling. C.11  The contract employee accompanying the force is not authorized to wear military uniform, except for specific items required for safety and security. If required, the Government at its discretion may provide to the contract employees all military un ique Organizational Clothing and Individual Equipment (OCIE). C.12 While performing duties IAW the terms and conditions of the contract, the Service Theater Commander will provide force protection to the contract employee commensurate with that given to Service/Agency (e.g. Army, Navy) civilians in the operations ar ea unless otherwise stated in each Task Order. C.13  The Government at its discretion may provide the contract employee deployed in the theater of operations, on a cost reimbursable basis, emergency medical and dental care commensurate with the care provided to Department of Defense civilians deployed in the theater of operations. This is subject to availability of such medical and dental care. The providing of such care does not include local nationals under normal circumstances. C.14  Living under field conditions: At any time, should the contract employee be called forward into Iraq and Afghanistan, the Government shall provide the contract employee deployed in the theater of operations the equivalent field living conditions, s ubsistence, emergency medical and dental care, sanitary facilities, mail delivery, laundry services, and other available support afforded to Government employees and military personnel in the theater of operations, unless otherwise specified in the contrac t. C.15  Morale, Welfare, Recreation: The Government shall, when approved by the installation or Theater Commander and consistent with the authorization, terms, and conditions specified elsewhere in the Task Order, provide the contract employee deployed in the theater of operations morale, welfare, and recreation services commensurate with that provided to Department of Defense civilians and military personnel deployed in the theater of operations. Some of these services may be limited to US personnel only. C.16 Next of Kin Notification: Before deployment, the Contractor shall ensure that each contract employee completes a DD Form 93, Record of Emergency Data Card, and returns the completed form to the designated Government official and a copy to the contra cting officer. All Contractor personnel will receive and use CAC Cards to be issued from CRC or AFSC. C.17  As Executive Agent for mortuary affairs, the Army will facilitate the notification of Next of Kin (NOK) in the event that a U.S. citizen contract employee accompanying the force OCONUS dies, requires evacuation due to injury, or is reported missing. The Department of the Army will ensure that the Contractor notifies the employees primary and secondary NOK. In some cases, an Army notification officer may accompany the employers representative. Notification support by the Army is dependent upon each contract employee completing, and updating as necessary, the DD Form 93, Record of Emergency Data Card. C.18  Contract employees in support of U.S. military operations are not permitted to carry personally owned firearms. Contract employees normally shall not be armed during active military operations; however, the Combatant Commander my authorize issue of standard military side arms and ammunition to selected personnel for personal self-defense. In this case, weapons familiarization, qualification, and briefings on rules of engagement, shall be provided to the contract employees, completed at the CRC. Even if authorized, acceptance of weapons by the personnel is voluntary, and must be permitted by their employer. C.19  The contract shall at all times remain contractually responsible for the conduct of its employees. The Contractor shall promptly resolve to the satisfaction of the Government, all contract employees performance and conduct problems identified by th e Government. Failure to correct such problems may result in the Government directing the Contractor, at the Contractors own expense, to replace and, where applicable, repatriate any employee who fails to comply and adhere to instructions and general orde rs issued by the Combatant Commander or his/her designated representative. Such action may be taken at the Governments discretion without prejudice to its rights under any other provision of this contract, including the Termination for Default Clause. C.20  If any contract employee departs an area of operation without permission, the Contractor will ensure continued performance in accordance with the terms and conditions of the work directive. If the Contractor replaces an employee who departs without permission, the replacement is at the Contractors expense and must be complete within 72 hours, unless otherwise directed by the contracting officer. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 Evaluation  Commercial Items (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shal l be used to evaluate offers: (1) Technical  The government will evaluate whether the offered services meet the requirements as identified in the SOW; i.e., knowledge of, experience with, and ability to reach back to the OEM to obtain technical assistance with the crew protection and Tactical Wheeled Vehicle modification and enhancement kits, (2) Past Performance - The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its perfo rmance under existing and prior contracts/jobs. The offeror must list at least three contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable, and (3) Price  The government will evaluate offers based on prices proposed for the FSRs. Technical Ability is the most important factor, slightly more important than Past Performance which is significantly more important than cost. Technical Ability  This factor is most important as the Government is seeking to acquire contractor support personnel that possess highly specialized knowledge, expertise and skills relative to the specified crew protection and TWV modification and e nhancement kits. Personnel must be trained experts and capable of providing training to others in all facets of crew protection (or Add-on-Armor) and TWV modifications, enhancements or upgrade kits, and installation of those kits. These contractors will n eed to have the capability to directly reach back to the factory engineers for support for damaged equipment. Past Performance  This factor is slightly less important than Technical Ability and significantly more important than price due to the criticality of the mission and the direct impact to soldiers' safety and survivability. The Government is seeking a c ontractor with a history of professional standards, excellent workmanship, adherence to schedules, providing valuable administrative support, and cooperative behavior and commitment to the customer and the mission. Price  This factor is significantly less important than Technical Ability and Past Performance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantl y unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before t he offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR clauses are applicable: DFARS 252.247-7024, 252.211-7003, 252.204-7004, 252.231-7000, 252.243-7001, 252.204-7003, 252.203-7001, 252.205-7000, 252.225-7012, 252.243-7002. 252.209-7001, 252.225-7040; FAR 52.242-4591, 52.247-4545, 52.20 2-1, 52.203-3, 52.211-15, 52.203-5, 52.233-1, 52.215-8, 52.215-2, 52.203-8, 52.203-6, 52.233-3, 52.247-63, 52.219-9, 52.229-3, 52.222-26, 52.222-35, 52.232-17, 52.222-36, 52.232-1, 52.232-11, 52.253-1, 52.243-7, 52.203-10, 52.242-13, 52.249-8, 52.243-1, 52 .204-7, 52.232-33, 52.246-25, 52.243-1, 52.203-12, 52.232-8, 52.222-37, 52.219-8, 52.209-6, 52.203-7, 52.232-25, 52.222-39, 52-204-4, 52.233-4, 52.243-7, 52.252-6, 52.248-1, 52.201-4500, 52.204-8, 52.204-6, 52.211-2, 52.211-4510, 52.215-4583, 52.228-3, 52. 228-4, 52.249-1 and 52.233-2. Upon request, the Contracting Officer will provide full text copies of the FAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/ogam/oam/pro curement/hhsar.html. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. THE CCR IS THE PRIMARY GOVERNMENT REPOSITORY, WHICH RETAINS INFORMATION ON GOVERNMENT CONTRACTORS. YOU MAY REGISTER VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. Proposal Submission Instructions: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. All res ponsible offerors may submit a proposal, which shall be considered by the Agency. Offers are due NLT June 23, 2006, 1300 p.m. CST. All offers are to be submitted electronically to luedersl@afsc.army.mil. POC is Linda Lueders, AMSFS-CCF-A, 309/782-3712 or by fax at (309)782-4903. Acceptance Period: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFP. Point of Contact Linda Lueders, Contracting Officer, Phone 309/782-3712, Fax 309/782-4903, Email luedersl@afsc.army.mil
 
Place of Performance
Address: U.S. Army Field Support Command ATTN: AMSFS-CCA, Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN01067988-W 20060614/060612220931 (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.