Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 23, 2016 FBO #5326
SOLICITATION NOTICE

99 -- Two Year Extension Landbase Phalanx Weapon System (LPWS)

Notice Date
6/21/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
SM-BCN16-229
 
Archive Date
7/8/2016
 
Point of Contact
Jacqueline D Cole, Phone: 2568427686
 
E-Mail Address
jacqueline.d.cole.civ@mail.mil
(jacqueline.d.cole.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Contracting Command - Redstone Arsenal has a request for a sole source requirement for C-RAM LPWS logistics engineering, logistics development, and sustainment and logistics services for the existing CONUS fleet of C-RAM LPWS as defined in the Performance Work Statement (PWS) dated 2 December 2015. Logistics Engineering services includes developing maintenance troubleshooting and repair and replace procedures for all LPWS sub-systems to support Technical Manual and Training Support Package development that will be verified as part of a formal Logistics Demonstration. Sustainment and logistics services includes managing personnel, parts, special tools and test equipment, and consumables required to troubleshoot, conduct scheduled services and to repair defective LPWS to TM-10/20 standards in order to meet LPWS Operational Availability Goals. These services will be conducted at the various CONUS sites to include unit motorpools, and training and test locations. The anticipated type of contract is Cost Plus Fixed Fee with a 24 month period of performance. The proposed contract action is for logistics development and Interim Contractor Logistical Support (ICLS) services for which the Government intends to solicit and negotiate under authority of 10 U.S.C. 2304(c)(1) and implemented by FAR 6.302- 1(a)(2)(iii)(A) and (B), "Only one responsible source, and no other supplies or services will satisfy agency requirements". Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen (15) days after date of publication of this synopsis will be considered by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The US Contracting Command - Redstone Arsenal has a request for a sole source requirement for C-RAM LPWS logistics engineering, logistics development, and sustainment and logistics services for the existing CONUS fleet of C-RAM LPWS as defined in the Performance Work Statement (PWS) dated 2 December 2015. Logistics Engineering services includes developing maintenance troubleshooting and repair and replace procedures for all LPWS sub-systems to support Technical Manual and Training Support Package development that will be verified as part of a formal Logistics Demonstration. Sustainment and logistics services includes managing personnel, parts, special tools and test equipment, and consumables required to troubleshoot, conduct scheduled services and to repair defective LPWS to TM-10/20 standards in order to meet LPWS Operational Availability Goals. These services will be conducted at the various CONUS sites to include unit motor pools, and training and test locations. The anticipated type of contract is Cost Plus Fixed Fee with a 24 month period of performance. The proposed contract action is for logistics development and Interim Contractor Logistical Support (ICLS) services for which the Government intends to solicit and negotiate under authority of 10 U.S.C. 2304(c)(1) and implemented by FAR 6.302- 1(a)(2)(iii)(A) and (B), "Only one responsible source, and no other supplies or services will satisfy agency requirements". Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen (15) days after date of publication of this synopsis will be considered by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5775d5901c0214b53ae5a60d5eccf2b9)
 
Place of Performance
Address: LPWS at Yuma Proving Ground (YPG), AZ, Ft. Sill, OK, Joint-Base Lewis McCord (JBLM), and Ft. Campbell, KY, United States
 
Record
SN04157060-W 20160623/160621234741-5775d5901c0214b53ae5a60d5eccf2b9 (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.