SOURCES SOUGHT
59 -- Training Support on AN/TPQ-36 FireFinder Radar Systems, AN/TPQ-48A Lightweight Counter Mortar Radar (LCMR)and Improved Position and Azimuth Determining System-IPADS, Electrical Equipment
- Notice Date
- 10/1/2010
- Notice Type
- Sources Sought
- Contracting Office
- CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- MARKET-SURVEY-4955-1
- Response Due
- 10/15/2010
- Archive Date
- 12/14/2010
- Point of Contact
- Harold Schwake, 000-000-0000
- E-Mail Address
-
CECOM Contracting Center (CECOM-CC)
(harold.schwake@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- FOR MORE INFORMATION CONTACT:Mark Vizthum, Nicole Cantave, Electronics Engineers, 443-861-2654, 732-532-7683 respectively. This is a Sources Sought Announcement-SSA to identify Sources-Suppliers to conduct training sessions for successful performance operability and maintainability on a quantity of two (2) AN/TPQ-36 FireFinder Radar Systems, quantity of four (4) AN/TPQ-48A LCMR Systems and a quantity of one (1) Improved Position and Azimuth Determining System (IPADS) for the Government of Iraq in country. This SSA is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, or Request for Proposal or as an obligation on the part of the Government to acquire any products or services. Information supplied via responses will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government shall arise as a result of contractor submission of responses to this announcement or the Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification. Parties responding are responsible to adequately label proprietary or competition sensitive information contained in their responses. The Government does not intend to award a contract on the basis of this SSA or to otherwise pay for the information submitted in response to this action. Requirements: *Contractor is required to provide all training in one OCONUS location during a Training Performance Period beginning 15 Aug 2011 through completion. *Contractor is required to provide qualified and experienced personnel on each system to successfully conduct and complete the necessary training. *All necessary training materials will be provided to the Contractor as Government Furnished Information upon contract award. The Contractor will be responsible to determine best method of delivery to accomplish required training. *Contractor must be ready to depart to the designated OCONUS site no later than three months after contract award. *Training must include all operations and maintenance covered under MOS 13R, 13T, and 94M. *Contractor to conduct training operations through a combination of day and/or night schedules based on an eight (8) hour shift at customers request. *Conduct training for six (6) students on each of the two (2) AN/TPQ-36 Radar Systems for a total of twelve (12) students during a Not-To-Exceed (NTE) performance period of eight-months. *Conduct training for nine (9) students on each of the four (4) AN/TPQ-48A Radar Systems for a total of thirty-six (36) students during a NTE performance period of twelve (12) weeks. *Conduct training for a total of six (6) students on one (1) IPADS during a NTE performance period of eight (8) weeks. *Contractor is required to provide Translators fluent in English and with capability to accurately translate technical instructions in official Iraqi Arabic language. *The Contractor is required to provide all support tools and test equipment associated with each system as these equipments cannot be supplied by the Government as Government Furnished Equipment. Note current Sources-Suppliers: Thales Raytheon Systems, LLC, El Segundo, CA for the AN/TPQ-36 FireFinder Radar System, SRCTEC, Syracuse, NY for the AN/TPQ-48A Lightweight Counter Mortar Radar-LCMR, and L-3 Comm., Budd Lake, NJ for the Improved Position and Azimuth Determining System-IPADS. Interested Source-Supplier must identify their company under the following three categories: Category 1: Potential Source-Supplier capable of providing training support for one of the three systems identified only. Category 2: Potential Source-Supplier capable of providing training support for two of the three systems identified only. Category 3: Potential Source-Supplier capable of providing training support for all three systems identified. All interested Sources-Suppliers must supply documentation such as training data previously used, training performance results, Certificate of Completion for previous training requirements performed on systems interested in and copy of any Task Order if the supplier was a sub-contractor to, or a statement from listed source demonstrating that the potential Source-Supplier can, in fact, successfully deliver the required training support and future training support services if necessary. Additionally, interested sources are required to show proof of ability to acquire and supply the necessary support tools and test equipments for each system. A list of tools and test equipment required for each system is available at contractors request via email to Point of Contacts identified below. Potential Source-Supplier must provide a Task Execution Plan with an estimated rough order of magnitude price in accordance with requirements cited above and identifying projected duration of training. Note each incumbent source-supplier is also requested to submit a formal reply to this announcement. All interested sources that possess the capabilities required to deliver the training support services are encouraged to respond to this SSA by providing the information specified above, No Later Than Close of Business 15 October 2010. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint. If a soft-copy cannot be provided, written information will be accepted through regular mail or via e-mail: Mark.Vizthum@us.army.mil and Nicole.Cantave@us.army.mil. Forward UNCLASSIFED responses this SSA to Mark Vizthum, CERDEC Product Realization Directorate (PRD), GMS Towers BLDG 6006 3rd Floor Aberdeen Proving Ground, MD 21005, Phone:(443)861-2654. Mark.Vizthum@us.army.mil Nicole.Cantave@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/455c11602a7f3f29bdb0f58f3ca9db6e)
- Place of Performance
- Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Zip Code: 07703-5008
- Record
- SN02304256-W 20101003/101001234042-455c11602a7f3f29bdb0f58f3ca9db6e (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 |