SOURCES SOUGHT
45 -- Large Capacity Field Heater New Equipment Training Sources Sought
- Notice Date
- 5/8/2008
- Notice Type
- Sources Sought
- NAICS
- 333414
— Heating Equipment (except Warm Air Furnaces) Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC, Acquisition Center - Washington, US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W909MY-08-R-LCFH
- Response Due
- 5/22/2008
- Point of Contact
- Maureen Barlow, 703-325-6093
- Small Business Set-Aside
- N/A
- Description
- The US Army CECOM Life Cycle Management Command Acquisition Center - Washington is seekeing sources on behalf of The US Army Research, Development and Engineering Command, Communications and Electronics Research, Development and Engineering Center, Environmental Systems & Fuel Cell Branch, for the acquisition of New Equipment Training (NET) segmented into the following training areas: Operator, Maintainer and TADSS training in support of 350,000 BTUH Self Powered, Diesel Field Heaters (LCFH) manufactured by Hunter Manufacturing Company. 1. Operator Training: The contractor shall provide training of LCFH Operators in accordance with the Program of Instruction (POI) of the finalized Operator Training Materials developed during the LRIP phase of this contract. Labor and Materials shall be priced per 20 students. The contractor shall provide all trainers, planning, materials, and equipment necessary for proper instruction.New LCFH units for demonstration will be provided by the Government. The training sites are estimated, but not limited to, take place at the following locations: Ft. Drum, NY; Ft. Bragg, NC; Ft. Stewart, GA; Ft. Hood, TX; Ft. Stewart, GA; Ft. Hood, TX; and Ft. Lewis, WA. Training dates will be specified by the Government. 2. Maintainer Training: The contractor shall provide training of LCFH Maintainers in accordance with the POI of the finalized Maintainer Training Materials developed during the LRIP phase of this contract. Labor and Materials shall be priced per 6 students. The contractor shall provide all trainers, planning, materials, tools, and equipment necessary for proper instruction. New LCFH units for Hands-On training will be provided by the Government. The training sites are estimated, but not limited to, take place at the following locations: Ft. Drum, NY; Ft. Bragg, NC; Ft. Stewart, GA; Ft. Hood, TX; Ft. Stewart, GA; Ft. Hood, TX; and Ft. Lewis, WA. Training dates will be specified by the Government. 3. TADSS Training: The contractor shall provide training of selected personnel on the installation and use of the TADSS devices. The training sites will be Aberdeen Proving Grounds, MD; Camp Shelby, MS; Salinas, KS; and Fort McCoy, WI. The contractor shall coordinate one visit to each of these sites at a date and time that is acceptable to the Government. The Point of Contact for each site shall be provided by the Government. The training must effectively train the trainers to install and operate the TADSS devices. The training will include demonstration of the installed TADSS devices. No training shall be conducted until the LCFH units and TADSS devices are available for demonstration. All responsible sources may identify their interest and capability to respond to the requirement. Responses should include a Rough Order of Magnitue of one NET training class and shall be limited to 15 pages. This notice of intent is not a request for competitive proposals. However, all responses received within 15 days after date of publication of this market research announcement will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. The data received in response to this RFI is for information purposes only and does not mandate or impose requirements. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses shall be submitted via e-mail within 15 calendar days of the date of this notice to Ms. Maureen Barlow, Contract Specialist, e-mail: maureen.barlow@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8be4e5c1cb6ee04744dfc76722d4af34&tab=core&_cview=1)
- Place of Performance
- Address: US Army CECOM LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Zip Code: 22331-0700
- Record
- SN01568920-W 20080510/080508215520-8be4e5c1cb6ee04744dfc76722d4af34 (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 |