Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2005 FBO #1494
SOURCES SOUGHT

R -- Computer Aided Design & Technical Data Storage/Retrieval

Notice Date
12/27/2005
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-06-R-TDSR
 
Response Due
1/16/2006
 
Archive Date
3/17/2006
 
Small Business Set-Aside
N/A
 
Description
MARKET SURVEY, C-E LCMC, W909MY-06-R-TDSR. Performance Based Computer Aided Design & Technical Data Storage/Retrieval. The Program Manager Mobile Electric Power (PM-MEP) in conjunction with the C-E LCMC Acquisition Center - Washington is seeking info rmation from potential sources to support the development of competition under the auspices of FAR Part 8 for critically important, technical engineering functions to develop and maintain technical data packages. The contractor will have historical knowled ge of and will provide all necessary labor, materials, supplies, facilities, equipment and production engineering services required to develop, revise and maintain technical data relative to the procurement of Military Tactical Generators, Tactical Quiet G enerators, Power Units/Power Plants, Advanced Medium-Sized Mobile Power Systems (AMMPS), Fuel Cells, Under the Hood Power, Hybrid Power Generation, Power Distribution Illumination Systems Electrical (DISE, PDISE), Environmental Control Units, and related c omponents. Military generator set sizes range from 2 through 920 kilo-Watt (kW). Military environmental control unit sizes range from 9 through 60 British Thermal Units (BTU). Essential functional capabilities required in order to develop, revise, and main tain the technical data for the materiel are: 1) Production engineering services required to include computer-aided design, producibility studies and reviews; 2) Configuration management services to include physical and functional configuration audits veri fication reviews of generator set programs and environmental control unit programs in different phases of acquisition; 3) The contractor will ensure maximum use of standard commercial parts, materials, and hardware. The contractor will prepare new drawings and also revise and review drawings in accordance with applicable military standard drawing practices. The contractor will ensure that all drawings for spare parts will stand-alone for competitive procurement. 4) The contractor will evaluate and resolve t echnical data package deficiencies. All evaluations will include supportability issues, and consider the impact of the proposed solution on the human equipment interfaces. Supportability issues to include maintenance planning, supply support, packaging, ha ndling, storage, transportation/transportability, facilities, standardization, interoperability, manpower, personnel, and training. 5) The contractor will perform the following pertaining to purchase descriptions, specifications: Search for information on parameters for performance and design requirements provided by the project engineer. Prepare text, including sections as appropriate for scope; design and performance criteria; minimum or maximum capacity, dimensions, speed, and weight; or other special re quirements. Prepare narratives of intended use of products under consideration. Prepare detailed narrative and technical descriptions of products. Prepare camera-ready copy of charts, figures, illustrations, and tables. Prepare material requirements for pr oducts. Prepare requirements for standard and high-reliability parts. Incorporate Government requirements for reliability, availability, maintainability, transportability, human factors engineering, environmental protection, materiel deterioration preventi on and control, health and safety. Prepare detailed technical requirements for products and their finishes, treatments, painting and coatings, identification markings, and workmanship. Prepare requirements for inspections and systematic patterns for inspec tions, environmental stress screening (ESS), and quality assurance. There will be quality assurance provisions for each requirement. Prepare test procedures to assure quality, reliability, and maintainability of product. Prepare requirements for preservati on, packaging, packing, and marking for shipment. Prepare inspection patterns, examination and test procedures for determining the adequacy of packaging, packin g, and marking for shipment. Prepare ordering data required by the user agency to clearly define the specific end product. Apply and reference current established Federal, military, and industry specifications and standards. Prepare proposed lists of Gover nment and industry documents required to support the direct procurement of the product involved. Provide thorough technical and editorial reviews to assure accuracy and completeness of the specifications. 6) The contractor will not be required to handle cl assified data; however, some of the data may be proprietary to the vendor. The contractor will require access to the technical data repository system located at the U.S. Army Communications Electronics Command, Fort Monmouth, New Jersey. Due to the extensive interaction between PM MEP and the vendor, it is necessary that the contractor be located within fifty (50) miles of Fort Belvoir, VA. The intent of this survey is to obtain information to create fair opportunity for award of a Time an d Material order under FAR Part 8. Therefore, the contractor must currently be on GSA Schedule. Questions of a technical nature should be directed to the technical points of contact regarding this Market Survey: Mr. Domingo Caro, e-mail domingo.caro@us.army.mil. Market Survey responses must be UNCLASSIFIED and sent via e-mail to the technical point o f contact and the Contract Specialist, Ms. Maureen Parsons at e-mail maureen.parsons@cacw.army.mil by not later than 13 January 2006 in the format below. Market Survey Objective and Requested Format. The objective of this Market Survey (W909MY-06-R-TDSR) is to identify and obtain information and insight to the availability and capabilities of contract firms to develop, revise, and maintain technical data packages. Please select and describe contract ac tions you are now successfully performing or have completed within the last four years that represent the technical and management capabilities applicable to the technical engineering functions required to develop and maintain technical data packages. You r responses to the subject areas organized into the following parts below, are requested to assist us in assessing the depth and range of contract firms with the requisite skills and performance to meet the Computer Aided Design & Technical Data Storage/Re trieval requirements. Part I, Contractor Information. A. Contractor Identification Data. Please provide Contractor Name, Address, Zip Code, CAGE Code, GSA Schedule Number, and a copy of GSA terms and conditions. B. Provide a short Executive Summary of your company's prime area of business (500 words or less please) Part II, Capability Statement. Please provide a detailed capability statement detailing your companies approach for meeting the essential functional capabilities as set forth in the announcement above. Please limit your response to no more than ten (10) pages at twelve (12) pitch font. PART III, Past or Current Corporate Experience. Please describe any contract effort(s) being performed, or completed, its complexity, challenges and process which compare to your understanding of the essential functional capabilities as set forth in the announcement above. Please provide the contract nu mber, Government Contracting Officer name, address and phone number. Please limit your response to no more than five (5) pages at twelve (12) pitch font. PART IV, Point of Contact Information. Provide the name, position, address and phone number of your firms central point of contact for the submitted information that we may contact to discuss this information if, in the assessment of the Government, clarification due to the potential of your fi rms capabilities warrant further discussion. We sincerely appreciate your participation in this Market Survey by providing information concerning your firm, its capabilities, performance, and practices. Please E-mail your information to Ms. Maureen Parsons, e-mail maureen .parsons@cacw.army.mil and Mr. Domingo Caro, e-mail domingo.caro@us.army.mil under file name MS_W909MY-06-R-TDSR_ with your corporate initials added to the end of the file name to create a unique file.
 
Place of Performance
Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00958742-W 20051229/051227211845 (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.