Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2014 FBO #4472
SOLICITATION NOTICE

R -- This is a Pre-Solicitation Notice stating the Governments intent to issue a solicitation for New Equipment Training and Logistical Services to support the mission of Product Manager Force Sustainment Systems (PM-FSS).

Notice Date
2/19/2014
 
Notice Type
Presolicitation
 
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
W911QY-14-R-0017
 
Response Due
4/10/2014
 
Archive Date
5/10/2014
 
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
Total Small Business
 
Description
Notice Type: Pre-Solicitation Synopsis Posted Date: February 19, 2014 Classification Code: R425 - Support- Professional: Engineering/Technical NAICS Code: 541330 - Engineering Services Title: New Equipment Training (NET) and Logistical Support Services Solicitation Number: W911QY-14-R-0017 Agency: Department of the Army Office: Army Contracting Command Location: ACC-APG This is a Pre-Solicitation Notice for the U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Solicitation No. W911QY-14-R-0017. The US Army Contracting Center, Aberdeen Proving Ground, Natick Contracting Division (NCD) on behalf of Product Manager Force Sustainment Systems (PM-FSS), located at the Natick Soldier Systems Center intends to issue a solicitation under Authority of FAR Part 12 and 15, for New Equipment Training and Logistical Services to support equipment de- processing, operational checks, maintenance, operator and field level maintenance NET and other logistical support for the PM in the field feeding and field services commodity areas. The purpose of this requirement is for a contractor to provide support to accomplish: De-processing, Troubleshooting, Maintenance and Repair, provide Initial Operating Capability, perform New Equipment Training, update or develop Training Support Packages which include Program Of Instruction, Lesson Plans, Instructor Lesson Guides, Audio/Visual Aids, Power Point Presentations, and Interactive Multimedia Instruction (IMIs) scripts, detailing the audio and visual presentation of the IMI as directed by the Government through Technical Instructions that will be issued during contract performance. Contractor personnel for this requirement shall possess extensive expertise in the above areas to accomplish the tasks, in the quantity and on equipment/system listed in Appendix A. The contractor shall provide support to Product Manager Force Sustainment Systems (PM-FSS) in the delivery of new equipment to specific units based on Table of Authorized Equipment and Army Force Generation (ARFORGEN) distribution process. A major part of the ARFORGEN process is New Equipment Training, ensuring the unit receiving the system has the required training to operate and maintain the system and the system is free of any problems. All personnel assigned to this task shall have communication skills that shall enable them to communicate with, and support both staff and users. The Contractor shall be able to support in the following areas: Support of New Equipment Training (NET): Transfer of New Technology Information Support of De-processing of TACOM LCMC Equipment Develop Training Material Updating Existing New Equipment Training (NET) Material Accomplish System Modifications in Support of New Technology Logistics Support The Government is anticipating awarding a single Firm Fixed Price Five Year IDIQ (Indefinite Delivery Indefinite Quantity) type contract with a minimum value of $250,000.00 and a maximum value of $9,900,000.00. Contract minimum and maximum limitations may be fulfilled by a combination of Task Orders. The Government may award one or no contracts as a result of the solicitation. The North American Industry Classification System (NAICS) code is 541330, and the size standard is $14.0 Million. When released, the formal solicitation, including all amendments and applicable documents, will be available in electronic medium on or about 10 March 2014 via Fedbizopps.gov (Telephone calls will not be accepted). Offerors must register in the System for Award Management (SAM)) at SAM.gov prior to submission of proposals. It is the offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. The anticipated evaluation factors for this acquisition are listed below: 1. Technical a. Sub-Factor A - New Equipment Training Technical Instruction b. Sub-Factor B - System De processing c. Sub-Factor C - Safety and Quality 2. Past Performance 3. Management a. Sub-Factor A - Delivery Schedule, Organization, and Key Personnel b. Sub-Factor B - Quality Assurance Plan c. Sub-Factor C - Integrated Logistics Support 4. Contract Price 5. Small Business Participation Plan These factors shall be broken down further in the associated RFP. Award will be made to an Offeror(s) whose relevant experience, past performance and price proposal offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. An ultimate contract award decision shall not be made by the application of a predefined formula, but rather by the conduct of a tradeoff process among the Factors identified in the solicitation and by the exercise of the sound business judgment of the Contracting Officer. Contract award shall be made to the quote mark responsible quote mark Offeror whose proposal represents the best overall value to the Government based on the Factors and Sub-Factors set forth in the solicitation (See FAR 9.104, which describes the standards prospective Contractors, must meet to be determined quote mark responsible quote mark ). The Government reserves the right to reject any and all offers. A question and answer session shall be available during the first ten (10) days after a solicitation is released. During that time frame questions shall be submitted to Sean Auld at Sean.G.Auld.civ@mail.mil no later than the date specified in the solicitation when released. The Government will provide its response through amendments. The Government will not guarantee a response to any question and/or clarifications after the submission deadline in the solicitation. Information regarding this requirement will be communicated via FBO. Telephone calls will not be accepted. 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 Government CONUS and OCONUS facilities or locations. Point of Contact(s): Sean Auld
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/32b5fccf03305690312db4057d4c01ff)
 
Record
SN03291186-W 20140221/140219234552-32b5fccf03305690312db4057d4c01ff (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.