SOURCES SOUGHT
L -- Continued support for the Southwest Asia (SWA) theater's ongoing Fleet and Add-on Armor (AoA) Sustainment mission that requires continued Field Service Representative (FSR) support.
- Notice Date
- 5/16/2006
- Notice Type
- Sources Sought
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- U.S. Army Field Support Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-06-R-XXXX
- Response Due
- 5/30/2006
- Archive Date
- 7/29/2006
- Small Business Set-Aside
- N/A
- Description
- The US Army AFSC intends to award three follow-on contracts to the existing contractors under the authority of FAR 6.302-1(a)(2)(iii)(B) to support the Southwest Asia (SWA) theaters ongoing Fleet and Add-on Armor (AoA) Sustainment mission that requi res continued Field Service Representative (FSR) support for cab replacements, AoA-related upgrades and enhancements, Safety of Use Messages (SOUMs) and Modification Work Orders (MWOs) on various Medium Tactical Vehicles (MTVs) and Heavy Tactical Vehicles (HTVs). Continued FSR support throughout SWA is required to train direct support (DS) maintenance personnel on AoA-related upgrades/ enhancements and cab replacement. The following follow-on contract awards are anticipated: (1) Armor Holdings Aerospace Defense Group, Inc., 9113 Le Saint Drive, Fairfield, OH 45014-5453: One FSR is required in Arifjan, KU for a 90 day base period commencing 1 Jul 06 and two additional 90 day option periods. One FSR is required in Balad, IR for a 90 day base period commencing 1 Jul 06 and three additional 90 day option periods. These FSRs provide specialized technical expertise support for the Heavy Expanded Mobility Tactical Truck (HEMTT), Palletized Load Size (PLS), Heavy Equipment T ransporter (HET) and M915 variants with suspension upgrades and cab replacement installation efforts. As employees of the original equipment manufacturer (OEM), these FSRs have the specialized technical expertise and skills required to expeditiously ident ify and correct mechanical and vehicle system problems. Problem solving, repair and maintenance is enhanced and facilitated by the FSRs ability to reach back to the OEM for technical and engineering support. For example, they have the ability to coordina te directly with factory engineers while conducting field repairs to damaged vehicle cabs and/or suspensions. They will also provide essential DS maintenance by providing oversight, training and instruction, assistance, and troubleshooting support. These FSRs will be required to travel throughout Iraq to assist and train units DS maintenance personnel, thereby improving Tactical Wheeled Vehicle (TWV) readiness. (2) Stewart and Stevenson Vehicle Services, Inc, 5000 I-10 West, Sealy, TX 77474-9506. One FSR is required in Afghanistan for a 90 day base period commencing 1 Jul 06 and two additional 90 day option periods. One FSR is required in Arifjan, KU fo r a 90 day base period commencing 1 Jul 06 and two additional 90 day option periods. These FSRs provide specialized technical expertise support for the Low Signature Armored Cab (LSAC) and A1R Family of Medium Tactical Vehicle (FMTV) cab installation effor ts. As employees of the original equipment manufacturer (OEM), these FSRs have the specialized technical expertise and skills required to expeditiously identify and correct mechanical and vehicle system problems. Problem solving, repair and maintenance i s enhanced and facilitated by the FSRs ability to reach back to the OEM for technical and engineering support. These FSRs will advise, assist, and instruct government and contract personnel with the operation, troubleshooting, diagnostics, repair, and par ts support for AoA kits. They will also conduct critical parts expediting to the Area of Operation (AO). The FSRs may be required to deploy or travel in the AO. (3) Radian, Inc., 5845 Richmond Hwy, Suite 725, Alexandria, VA 22030-1865. One FSR is required in Balad, IR for the 90 day base period commencing 1 Jul 06 and three additional 90 day option periods. This FSR will provide specialized technical ex pertise support for the installation of the FMTV/M915 Crew Protection Kit (CPK) and PM-approved vehicle modification and various enhancements/upgrade kits (i.e., enhanced suspension kits). As an employee of the original equipment manufacturer (OEM), this FSR will have the critical required specialized technical expertise and skills required to expeditiousl y identify and correct mechanical and vehicle system problems. Problem solving, repair and maintenance is enhanced and facilitated by the FSRs ability to reach back to the OEM for technical and engineering support. The FSR conducts troubleshooting and te chnical problem resolution, and assists units experiencing field problems with any element of FMTV/M915 CPKs and related kit installation or kit components (e.g., form, fit, and function issues; vehicle performance issues; operational issues), and performs Battle Damage Assessments and Battle Damage Repairs. The FSR will inspect all completed installations and will complete Quality Assurance Vehicle Inspection Checklists for all installed kits. The FSR will train government and contractor maintenance perso nnel and unit drivers on the Radian Armored Cab Kit (RACK) and Enhanced Radian Armored Cab Kits (E-RACK) cab lift air bags, proper pin placement and cab raising procedures. The FSR will be required to travel to other countries within the SWA AOR on a tem porary basis to provide assistance on an as needed basis. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. This announcement satisfies the requirement of FAR 6.302-1(d)(2). Interested perso ns may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. All responses received within 10 calendar days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with 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 d etermining whether to conduct a competitive procurement.
- Place of Performance
- Address: U.S. Army Field Support Command (AFSC) ATTN: AMSFS-CCF-A, Linda Lueders; wk #: 309/782-3712; email: luedersl@afsc.army.mil Rock Island IL
- Zip Code: 61299-6500
- Country: US
- Zip Code: 61299-6500
- Record
- SN01049120-W 20060518/060516220936 (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 |