Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2012 FBO #3976
DOCUMENT

U -- Sources sought notice for CIMOTS, COLDS, LOTS, JLOTS, and MTT. NO SOLICITATION DOCUMENTS EXISTS AT THIS TIME. (Please see attached). - Attachment

Notice Date
10/11/2012
 
Notice Type
Attachment
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
Solicitation Number
N6134013R0046
 
Response Due
10/24/2012
 
Archive Date
10/25/2012
 
Point of Contact
Byron E. Perez
 
E-Mail Address
avy
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT/MARKET SURVEY NOTICE FOR CIMOTS/COLDS This is a sources sought synopsis for Contractor Instruction, Maintenance, Operation and Training Support (CIMOTS) for the Strategic Sealift Cargo Offload and Discharge Systems (COLDS) in support of Logistics Over the Shore and Joint Logistics Over the Shore (LOTS/JLOTS) objectives as well as related requirements for other government agencies. The principal place of performance of this contract is San Diego, California. The contractor will be required to provide instructional training (including high and medium risk), training management, maintenance, operational and training support services, to include Mobile Training Teams (MTT) for government students using government furnished equipment, material and methodologies to produce a graduate who satisfies the Fleet readiness and Strategic COLDS mission and various other requirements (see below - COLDS Major Capabilities Statement). Contractor shall be responsible for the Cargo Offload and Discharge System (COLDS) which is the major Naval system for in-stream cargo offload and discharge. The background of the COLDS program is that it has two major subsystems: the cargo offloading and transfer system (COTS) for dry cargo and the off-shore bulks fuel system (OBFS) for liquid cargo. Navy COLDS equipment and facilities include Lighterage, Warping Tugs, Powered Modules, Causeway Ferries, Floating Piers, Roll-On/Roll-Off (RO/RO) Discharge Facilities (RRDF), and Elevated Causeway Expeditionary Pier. Liquid cargo offload is supported by the Amphibious Bulk Liquid Transfer System (ABLTS) and the Offload Petroleum Discharge System (OPDS). COLDS supports Logistics-Over-The-Shore (LOTS) operations, the loading and unloading of Marine Corps Maritime Prepositioning Force (MPF) and Assault Follow-On Echelon (AFOE) ships in the absence of established port facilities. LOTS operations can be conducted over unimproved shorelines, through fixed ports not accessible to deep draft vessels, and through fixed ports that are inadequate without the use of LOTS capabilities. Executing LOTS requires a great deal of large specialized equipment. The Navy s COLDS forms the primary structures spanning the distance from the sealift ship to the shore. Landing craft and warping tugs are also used to assemble causeways and move other equipment. Other support craft include the Lighter Amphibious Resupply Cargo (LARC) Boat, Inflatable Boat and MPF Utility Boats. Prior to assembly, unloading the causeway systems requires heavy lift capability often delivered by Navy amphibious construction battalions. Award will be made in the form of an Indefinite Delivery requirement contract to one technically acceptable responsible offeror. A firm fixed-price type contract is anticipated for this effort with a five year ordering period, commencing on 01 Oct, 2013. The government is aware of only one source that has historically been able to satisfy the requirements of the CIMOTS/COLDS program; at present, services are being provided by Defense Support Services LLC., under contract N61339-08-C-0045. This sources sought synopsis is the Government s effort to ascertain if any other offeror is able to meet the needs of the Government for these requirements. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. In doing so, interested sources must submit detailed capabilities and any other information that demonstrates their ability to meet the needs of the Government. Interested sources shall (1) provide evidence of the offeror s capabilities to perform all elements contained in the COLDS Major Capabilities statement; (2) provide a plan demonstrating ability to staff the requirement with fully qualified and certified personnel; (3) present evidence of satisfactorily conducting instructional, maintenance, operational, and training support services in a military classroom and at sea training environment within the past three year period (include dollar value, complexity and point of contact; and (4) discuss overall management experience/approach of similar programs. Answers with capabilities must be submitted by email to Mr. Byron Perez (Byron.E.Perez@navy.mil) in an electronic format that is compatible with Word 2007, no later than 4:00 pm EST, (MMDDYYYY). Alternative submittal method by mail to: NAWCTSD, Orlando Training Systems Division, ATTN: Code 25362 (Byron E. Perez), 12350 Research Parkway, Orlando, Fl. 32826-3275. All information shall be furnished at no cost or obligation to the Government. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The submission of this information is for PLANING PURPOSES ONLY. This synopsis is not to be considered a request for quotations, request for bids or proposals, but, as stated above, is displaying the Government s intent to make certain that no other offeror is capable of meeting these requirements; as such, this sources sought notice is NOT to be construed as a commitment by the Government to procure any services, or for the Government to pay for the information received. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. Questions concerning this requirement should be directed to Contract Specialist, Byron E. Perez, via e-mail at Byron.E.Perez@navy.mil or by telephone at 407-380-4491. COLDS Major Capabilities Statement -Provide instructor services to teach operation and maintenance of the Improved Navy Lighterage System (INLS), Offshore Petroleum Discharge System (OPDS), Elevated Causeway System (ELCAS), MPF Utility Boats, LARC V craft and Inflatable Boats (high risk training). This includes Mobile Training Teams. (Coast Guard Licenses are required in some cases) -Other elements of instructor support include oTesting, Grading, and Evaluation oRemediation oStudent Administration oCourse Administration oFormal Course Review scheduling and participation oManaging instructor training requirements oMonitoring the Instructor Training Program oMaintaining Instructor Training Records -Provide detailed instruction on Joint Logistics Over-the-Sea Operations Planning as requested by external agencies at remote sites. This may include Pentagon and Flag Officer/Staff briefings. -Provide Preventive and Corrective maintenance of fleet assets ( O and some I level): o INLS Warping Tugs and Power Modules (including water jet propulsion system) oRoll-On, Roll-Off Discharge Facility oFloating Causeways oAfloat Bulk Liquid Transfer System (ABLTS) oSingle Anchor Leg Moor (SALM) oBeach Termination Unit (BTU) oUtility Boats oLARC V Boats -Provide annual five-year assessment of major (depot level) work that will be required for all major water craft in the Prime s custody. Also, provide subcontracting support in the execution of depot level maintenance & various training courses, as required. This includes the submission of detailed subcontracting packages to the Primary Contracting Officer. -Provide curriculum support as requested. -Contractor may also be asked to support: oNew systems/equipment integration support oTesting and evaluation efforts oSubject Matter Expert support oForeign Military Sales oInstallation, design, testing, and evaluation of equipment alterations or fabrication of equipment for the Government oDevelopment, revision and updating of technical manuals oDevelopment, revision or updating instructional materials for emerging requirements oDisposal of Government property as needed oProcuring Technical Training Equipment oDevelopment or revision of Job Qualification Requirements (JQR) in Personnel Qualification Standards (PQS) format to include the attendance of workshops as Subject Matter Experts oProvide evaluation team support in Naval Beach Group on pre-deployment evaluation/certification to include administrative checks, crew qualifications and mission capability in support of Floating Causeway, RRDF, and ELCAS. oManage supply support for an extensive spares inventory oProvide SME support in the development & maintenance of Navy Training Systems Plans (NTSPs) oProvide SME support in the development & maintenance of varied Naval Support Element training, to include Interactive Media Instruction (IMI) and formal instructions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134013R0046/listing.html)
 
Document(s)
Attachment
 
File Name: N6134013R0046_SOURCES_SOUGHT_Rev2.docx (https://www.neco.navy.mil/synopsis_file/N6134013R0046_SOURCES_SOUGHT_Rev2.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6134013R0046_SOURCES_SOUGHT_Rev2.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Coronado Naval Base, San Diego, California
Zip Code: 92135
 
Record
SN02912097-W 20121013/121011233936-7f92819ba4760a50fcb0fa0acfb022ea (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.