SOURCES SOUGHT
69 -- Special Operations Forces Mission Rehearsal and Training Support (MRTS) - Services Contract
- Notice Date
- 5/2/2008
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK-PM-STS-SFMRTSII
- Response Due
- 5/16/2008
- Point of Contact
- Helen Garcia, 407-208-3231
- Small Business Set-Aside
- N/A
- Description
- U.S Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) is soliciting information regarding the possibility of providing a services contract to support the hardware and software maintenance, logistics, administration, and minor engineering enhancements to the Training Aids, Devices, Simulators, and Simulations (TADSS) that support the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) located at Fort Campbell, KY. HISTORY: The Period of Performance for the current contractor logistics support (CLS) effort will end 31 Mar 09 and support for the TADSS must continue. The new CLS contract is intended to support all currently fielded and future fielded TADSS, which the 160th SOAR(A) uses for Mission Rehearsal and Training Support. PURPOSE: The purpose of this request for information (RFI) is for PEO-STRI to assess industrys ability to support these devices under a services contract. This effort will address the ability to provide adequate support for the required level of effort necessary for steady state and surge support usage of these devices. Based on this assessment, PEO-STRI may award a competitive contract. The contemplated contract will be a 12 month basic effort with four one year options for a total period of performance of five years. Funding is not available at this time but it is anticipated prior to award. Prospective contractor personnel must possess a minimum SECRET clearance and be United States citizens. Any information provided to the Government in response to this RFI shall be at the offerors expense. REQUEST FOR INFORMATION (RFI): Interested parties are requested to review the requirements and information stated below and provide written responses NLT May 16, 2008. This information will allow PEO STRI to validate cost, schedule, and funds allocation projections to provide the CLS support capability without interruption. The information below addresses the initial requirements, facts, and assumptions used by PEO STRI for this effort. REQUIRED CAPABILITIES: 1. Vendor shall conduct all scheduled and unscheduled maintenance on TADSS located within Feistner, Wolcott, and Frank Halls, located at Ft. Campbell, KY. a. A preliminary list of systems to be maintained includes: MH-47G CMS; MH-47E CMS; Mission Readiness Operation Center; MH-60L/M CMS; MH-60K CMS; CAAS Desk Top Trainers; A/MH-6M CMS; Legacy System Testbed; Battle Staff Trainer (JCATS) b. The normal core training hours are anticipated at 16 hours a day, 5 days a week (M-F). c. Vendors shall comply with all applicable regulations. d. Vendors shall provide for a growth capability to support additional fielded systems. 2. Vendor shall perform all logistics functions related to the services contract to include, but not limited to: a. Tools and test equipment accountability, calibration, repair and replacement. b. Maintain and upkeep technical library including, but not limited to documents and drawings. c. Repair and replace spares and broken subcomponents. d. Accountability and transition of all Government Furnished Equipment (tools, spares, test equipment) e. Acquisition of subcomponents and systems in support of growth or capital equipment replacement. f. Maintenance, engineering change, utilization reporting g. Provide program consumables and expendables. h. Provide TADSS configuration management. 3. Vendor shall provide engineering support to perform limited hardware and software upgrades and modifications to provide enhanced capabilities as prioritized by PEO-STRI. Vendor will update the applicable program documentation 4. Transition with current vendor shall not exceed 2 months after contract award and be completed by 31 MAR 09. THE FOLLOWING INDIVIDUALS ARE THE PRIMARY POINTS OF CONTACT FOR THIS ACTION: MS. JAYNE MCCLANAHAN TECHNICAL POINT OF CONTACT 407-384-3753 Jayne.McClanahan@us.army.mil MS. HELEN GARCIA CONTRACT SPECIALIST 407-208-3231 Helen.Garcia@us.army.mil MS. JULIA A. KIDD CONTRACTING OFFICER 407-208-3444 Julia.Kidd@us.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=47bdfbd52c577905157bd6b00b5a1bc8&tab=core&_cview=1)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN01566111-W 20080504/080502220649-47bdfbd52c577905157bd6b00b5a1bc8 (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 |