Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2022 SAM #7678
SOURCES SOUGHT

J -- FTSP Additional Support

Notice Date
12/6/2022 8:32:08 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134023R0018
 
Response Due
12/15/2022 2:00:00 PM
 
Point of Contact
Lisette Behmke, Phone: 4073804445, Reagan Gill, Phone: 4073804145
 
E-Mail Address
lisette.l.behmke.civ@us.navy.mil, reagan.m.gill2.civ@us.navy.mil
(lisette.l.behmke.civ@us.navy.mil, reagan.m.gill2.civ@us.navy.mil)
 
Description
Firefighting Training Structures and Props (FTSP) Maintenance and Training Services INTRODUCTION: Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL intends to procure, on a sole source basis, additional on-call field maintenance and operator certification training support for the existing Firefighter Training Structures and Props (FTSP) Contract with Kirila Fire Training, LLC, 5712 Dot Com Court, Oviedo, FL 32765-8032. Sole source authority is provided under 10 USC 2304(c)(1) as implemented by FAR 6.302-1. In order to meet fleet requirements and to avoid an unacceptable delay to the Government, NAWCTSD intends to increase the FTSP Indefinite Delivery/Indefinite Quantity (ID/IQ) contract ceiling under the FTSP ID/IQ contract number N61340-19-D-0002 by approximately $1.3 million, without an extension to the Period of Performance. This increase will allow the Government to continue to provide FTSP on-call field maintenance and operator certification training support, meeting the demand in fire-fighting related training capability at schoolhouses throughout the world until the follow-on competitive contract is awarded. FTSP supports 15 different Commander, Navy Installation Command (CNIC), Marine Corps Installations (MCI) and Center for Naval Technical Training (CNATT) training devices. Specific requirements of this effort include providing training for the general maintenance and telephonic support requirements for the support of liquefied petroleum gas (LPG) fueled training devices, fielded worldwide. It also requires operator training for Mobile Aircraft Firefighting Training Devices (MAFTD) site personnel and the administrative requirements for this effort. Repairs requiring an actual site visit are usually identified during a telephonic support incident. These devices are located at 52 CONUS and OCONUS sites worldwide: NSW Dahlgren VA NAS Pensacola NAS Kingsville TX NAS Patuxent River MD NAS Whiting Filed FL NAS Meridian MS NSA Annapolis NAVSTA Guantanamo Bay Cuba MCAS Quantico VA JB Pearl Harbor-Hickam HI NAVSTA Mayport FL MCAS Beaufort SC CFA Okinawa JP NSA Mid-South TN MCAS Miramar CA CFA Sasebo JP, NSA Panama City FL MCAS Yuma AZ CFA Yokosuka JP Subbase Kings Bay GA MCAS 29 Palms CA NAF Atsugi JP NAF EL Centro CA MCAS Camp Pendleton CA NAS Oceana VA NAS Fallon NAS Kingsville TX NAVSTA Great Lakes MI, NAS Lemoore CA NAS Meridian MS NAVSTA Norfolk VA, NSA Crane IN NAS North Island WASH MCAS Quantico VA NSA Mechanicsburg PA NAS Point Mugu CA MCAS Beaufort SC NWS Earle NJ NAVBASE Ventura County CA MCAS Miramar CA Portsmouth NSY ME NAWS China Lake MCAS Yuma AZ ST Julien�s Annex VA ISA AB Bahrain NB Guam Subbase New London CT NAS Sigonella MCAS Cherry Point NC NAVBASE Kitsap Bangor WASH NAVSTA Rota Spain MCAS Kaneohe Bay HI NAVSTA Whidbey Island WASH NSA Bahrain, MCAS Futenma Okinawa JP NAS Corpus Christi TX NSA Djibouti NATTC Pensacola FL NAS Jacksonville FL NSA Naples Italy CNATTU Lemoore CA NAS JRB Fort Worth TX, NSA Souda Bay Greece CNATTU Whidbey Island WASH NAS JRB New Orleans LA NSF Deveselu Romania NB Guam NAS Key West FL NSF Redzikowo Poland MCAS Cherry Point NC The training systems currently supported under the FTSP Training and Services contract satisfy a multitude of training requirements, including: initial certification training, operations and maintenance, organizational, Intermediate and Depot level repairs, all of which have a direct impact on fleet readiness by providing sailors who are qualified in state of the art firefighting tactics, technologies, fire combat systems and equipment. Maintenance personnel under this contract require specialized certifications to maintain the systems that are located at the sites as they are live-fire high-risk training devices. In order to meet the flee requirements, these personnel must be available beginning in early January 2023 to begin work immediately upon contract award with no delays and no mobilization period. NAWCTSD, Orlando, FL is the contracting and administrative agent for FTSP programs. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES: In order to meet the immediate requirements, prospective offerors are required to meet the following immediately upon award: � On-Call Support Services; Support services performed by the contractor on specified equipment on an as-needed basis upon notification/approval by the Government. This includes performance of all Preventive and Corrective Maintenance tasks. On-Call Support can include the following, as detailed in individual task orders: Training Device Operations.� Contractor will be responsible for trainer operation and control throughout the scheduled training event.� Training Device Operator Certification. Contractor will be responsible for ensuring all Government site personnel requiring training device operator certification or recertification receive the required training. The Contractor may be required to evaluate the proficiency of certified operators on a tri-annual basis and provide remedial training as necessary to restore sufficient skills and knowledge for recertification of the operators. Maintenance. Contractor will assume full maintenance/support responsibility for training devices/systems upon completion of the Mobilization Phase, or at Contractor Support Date (CSD) for each device/system.� Scheduled maintenance required to be provided for all trainers and trainer associated systems as required by the Preventive Maintenance Schedule (PMS) and the equipment manufacturer�s maintenance documentation. Security.� Contractor personnel working on-site in the trainer complex must have a completed Basic physical security clearance form (DD Form 1172-2) for base access as required by the site COR. Provide Live Fire Operations Training in accordance with the National Fire Protection Association 1403 and SOG 117.06. The contractor may be required to perform extensive depot level repairs based on the findings of a Limited Technical Inspection on multiple Mobile Aircraft Firefighting Training Devices (MAFTDs). Spares and Product Support.� The Contractor may be tasked by the Government to procure spare parts for new, newly-modified, or fielded training devices and/or equipment.� The Government will provide the provisioning data to the Contractor.� This will include providing services including screening parts for source and availability, ordering, packaging, shipping to the site(s), and configuration conformance of the logistical support packages.� The Contractor shall act as freight and shipping consolidator. The contractor may also be required to make Commercial-Off�the-Shelf (COTS) product buys in support of Government accomplished modification efforts (where the Government is acting as the integrator).� This will not include �subassemblies� from a contractor that require development and/or design work as part of the tasking.� Training Device De-militarization and Disposal Support.� The Contractor may be tasked by the Government to disassemble, inventory, and transport, and otherwise prepare training devices for disposal.� Compliance with any Federal, State, Local, or Base regulations regarding possible environmental safety impacts is assumed. Contractor Operator Trainer Qualifications: Operator personnel shall have at a minimum: 3 years� experience in training operators in the use of live-fire gas-fueled training systems and specialty props or possess appropriate certification from the original equipment manufacturer (OEM). Contractor Maintenance Personnel Qualifications: Maintenance personnel shall have a minimum of 3 years technical service, repair, and/or maintenance on LPG systems and possess the skills, requisite qualifications and certifications necessary to support the specific requirements. Maintenance personnel may be qualified to operate the training device or have a qualified operator available to test effectiveness of repairs. Maintenance personnel shall demonstrate the following qualifications: Ability to read electrical and mechanical drawings and schematics. Comprehension of AC power distribution, DC analog and digital signals, and controls. Understanding of basic electrical theory, mechanics, optics, thermal stress, corrosion, and general physics. Ability to troubleshoot complex electro-mechanical and computer systems to component level, isolate faults, and take corrective action. Capability to organize tools, equipment, parts, and material necessary to conduct field service activity. Ability to plan work activities and execute in an efficient, timely manner. A thorough knowledge of portable test equipment, analog and digital multi-meters, and IBM PC hardware and software. Demonstrated dexterity with common power and hand tools. Understanding and capability to recognize hazard controls or the precautions to be followed to use the system and shall provide verification of compliance to the safety requirements of this contract. GOVERNMENT INTENT: The increase to the FTSP ID/IQ ceiling will support immediate fleet requirements for on-call field maintenance and operator certification training support meeting the required immediate demand in fire-fighting related training capability at schoolhouses throughout the world for service planned through the end of Q4 FY23. Because Kirila Fire Training, LLC is the current manager of the FTSP training system, they are the only contractor with the requisite knowledge and trained qualified personnel immediately available that can meet the Government�s requirement for an immediate increase in these services through the end of Q4 FY23 without inducing unacceptable delays in service. ELIGIBILITY: The applicable NAICS code for this requirement is 541330, Engineering Services (Military and Aerospace Equipment and Military Weapons Exception), with a size standard of $41.5 million.� The Product Service Code is J069, Maintenance, Repair, and Rebuilding of Equipment � Training Aids and Devices. REQUESTED RESPONSE: This sources sought notice is not a request for competitive proposals. It is a notice to determine if a comparable source exists and outline the Government�s intent to contract on a sole source basis with Kirila Fire Training, LLC. Interested sources shall submit their written technical capabilities to provide the requirements described above. Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. All responses shall include Company Name, Company Address, and Company Points of Contact including name, phone number, and email address. Interested parties are requested to submit a capabilities statement of no more than 5 pages in length in Times New Roman font not less than 10 points in electronic format. This documentation must address at a minimum the following items: 1. Specifically describe how your company will meet the requirements outlined in the required capabilities section of this posting. This should include: a. Documentation that demonstrates your ability to perform the required capabilities stated��� above beginning the first week of January, including the number of personnel currently employed that meet all the qualification requirements. b. Corporate knowledge and experience with commercially available live-fire training systems that utilize LPB for live-fire fuel sources and Fire-Fighting Trainers. �Provide the contract number, Government Point of Contact, and a brief description of the work. c. Provide a statement of company profile to include number of employees, office locations, CAGE code, and DUNS number. Respondents must also include current small/large business status and if small indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. Detailed written capabilities shall be electronically submitted to the Contract Specialist Lisette Behmke at lisette.l.behmke.civ@us.navy.mil , with a copy to Reagan Gill at reagan.m.gill2.civ@us.navy.mil no later than 5 PM Eastern Time on 15 December 2022. Respondents are advised that large files (>10 MB) may not be receivable due to the Navy/Marine Corps Intranet security. All information shall be furnished at no cost or obligation to the Government, and no basis for claims against the government shall arise as a result of a response to these Sources Sought. Verbal submissions via phone will not be honored. Information and material submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from release outside the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ee6c539797b24771acc701e97642ef2d/view)
 
Record
SN06536567-F 20221208/221206230059 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.