Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2014 FBO #4459
SOURCES SOUGHT

R -- Product Manager Force Sustainment Systems (PM-FSS) is looking for interested vendors for Professional: Engineering/Technical services in support of PM-FSS mission requirements.

Notice Date
2/6/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
TECHNICALASSISTANCETEAMSUPPORTFORPM-FSS
 
Response Due
2/20/2014
 
Archive Date
4/7/2014
 
Point of Contact
Sean Auld, 508-233-6183
 
E-Mail Address
ACC-APG - Natick (SPS)
(sean.g.auld.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: Title: Technical Assistance Team, Support for PM-FSS Solicitation Number: TBD Agency: Department of the Army Office: Army Contracting Command Location: ACC-APG Notice Type: Sources Sought Posted Date: February 6, 2014 Response Date: February 20, 2014 Classification Code: R425 - Support- Professional: Engineering/Technical NAICS Code: 541330 - Engineering Services The US Army Contracting Center, Aberdeen Proving Ground, Natick Contracting Division (NCD) on behalf of Product Manager Force Sustainment Systems (PM-FSS) is looking for interested vendors for Professional: Engineering/Technical services in support of PM-FSS mission requirements. This is a sources sought/request for information (RFI) synopsis stating that the United States Army is seeking potential vendors for a contemplated competitive solicitation for a single Firm Fixed Price Five Year IDIQ (Indefinite Delivery Indefinite Quantity) services contract. Please be advised that this is for informational purposes only, and does not constitute a Request for Proposal (RFP) or Request for Quotation (RFQ). The Government is not responsible for any cost incurred in providing this information. Scope of Work: PM-FSS mission requirements include a Technical Assistance Team (TAT) with team members being capable of deploying worldwide in support of PM-FSS equipment. The contractor personnel must be able to interact with senior military and civilian leadership at various locations worldwide. The potential TAT requirement would allow for up to nineteen contractor personnel to fully support the mission both within the continental United States (CONUS) and outside the continental United States (OCONUS). OCOUNS deployments are not anticipated to exceed four months followed by two months in CONUS. PM-FSS equipment includes several field service items; Force Provider (expeditionary base camps), latrines, showers, laundries, kitchens, food service equipment, airdrop related equipment (rigging, cargo and personnel parachutes), and shelters (to include large semi-mobile maintenance shelters). The anticipated support may include hands-on training to military and civilian personnel on the use of PM-FSS and related equipment. In addition contractor personnel shall conduct field equipment assessments, minor field repairs when required, assist in set up, refurbishment of equipment to 10/20 standards and repack. Contractor personnel shall act as the PM Force Sustainment System quote mark face to the field quote mark. The contractor's personnel shall have a functional knowledge of motors, pumps, engines, generators, fluid flow, HVAC, EPA guidelines, safety practices, base camp design, packaging, preservation, inventory procedures, accountability standards, electricity, material handling equipment (forklifts, etc.) and other associated information. Contractor personnel shall have the ability to assist the Combat Field Service Equipment Team when not on OCONUS deployments with testing & evaluation of current & new equipment programs, monitor ongoing production, design of equipment, and training on equipment to units gaining equipment at various locations. The contractor shall have qualified personnel in assisting management of personnel with daily requirements, managing both CONUS & OCONUS travel requirements within the Synchronized Pre-deployment and Operational Tracker (SPOT) system and must have the required certification and a Common Access Card (CAC). Interested parties shall demonstrate their ability to meet the requirements of the above scope of work and shall describe their level of expertise including competencies, knowledge, skills and capabilities in the areas listed below: Base Camp Design Standard operating procedure for Military Practices Containerized System Integration Airdrop related topics (rigging and parachutes) Product level drawing checking experience Experience in preparing documentation to support engineering changes Functional knowledge of mechanical and electrical systems Problem solving skills Configuration Control knowledge Preservation and Packaging Force Provider Base Camp Heating and Air-conditioning (HVAC Systems) Power Generation to include high voltage Water Storage/Distribution Systems Gray/Black water systems Mobile Hygiene Facilities (Showers, Latrines, Laundries) Motors Pumps Engines Generators Fluid Flow EPA Guidelines Safety Practices Packaging Preservation Inventory Procedures Accountability Standards Material Handling Equipment (forklifts) Testing and evaluation of current and new equipment programs Monitor ongoing production Equipment Design Equipment Training Responses to this RFI should be constructed as a Microsoft Word or Adobe Acrobat document containing a product description, summary of testing, cost estimation, and any other relevant information. Please send these responses as an email attachment to Mr. Sean Auld (Sean.G.Auld.civ@mail.mil). *Note: This notice is published in accordance with Federal Acquisition Part (FAR) Part 10, Market Research and FAR Part 15, Exchanges with Industry before Receipt of Proposal. This notice serves as a Request for Information (RFI) in support of market research. All information received will be used for planning purposes only. This notice does not constitute an Invitation to Bid, a Request for Proposal, or a Request for Quote. The government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to it. *Note: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This request is for planning purposes only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This notice is not a confirmation that the Government will contract for the items contained in the RFI, nor is any commitment on the part of the Government to award a contract implied. The Government shall not pay and/or reimburse respondents and/or associates for any costs incurred to submit the requested information. Responses to the RFI will not be returned. All information received in response to this RFI that is marked Proprietary will be handled accordingly. In accordance with FAR 15.201(c), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is issued for information, market research and/or planning purposes only and does not constitute a solicitation. Additional Info: Contracting Office Address: Army Contracting Command - Aberdeen Proving Ground CCAP-SCN, ATTN: Natick Contracting Division, Building 1, Kansas Street, Natick, MA 01760-5011 Place of Performance: Performance shall take place at various locations facilities CONUS and OCONUS. Point of Contact(s): Sean Auld
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/70f0740d51846a1be8c4ab17027021fa)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN03282847-W 20140208/140206234817-70f0740d51846a1be8c4ab17027021fa (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.