Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2009 FBO #2602
SOURCES SOUGHT

58 -- Tactical Operations Command Center (TOCC) Systems

Notice Date
1/8/2009
 
Notice Type
Sources Sought
 
NAICS
453998 — All Other Miscellaneous Store Retailers (except Tobacco Stores)
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016409RJS03
 
Response Due
2/10/2009
 
Archive Date
2/25/2009
 
Point of Contact
Ms. Lisa A Sandy, Contract Specialist, NSWC Crane, 300 Hwy 361, Bldg 64, Code 0565, Crane, IN 47522-5001; FAX No. (812) 854-3465, lisa.a.sandy@navy.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS
 
E-Mail Address
address:
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Anticipated formal solicitation issuance date is on or about 13 March 2009, and the estimated proposal due date will be on or about 27 March 2009. The Naval Surface Warfare Center (NSWC) Crane Division has been tasked to solicit for and award an effort for field support, technical support, documentation and training for Tactical Operation Command Center (TOCC) Systems to include tactical furniture, truss systems, tactical communications and data systems, and video display systems that are suited for use in rapidly deployable shelter systems. The type of solicitation issued will depend upon the responses to this sources sought synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform under a Basic Ordering Agreement. The Government must ensure there is adequate competition among the potential pool of responsive contractors. Background Current high technology tactical systems require an extensive array of power, network, communication, and video cables in order to achieve successful integration of a multi-workstation environment. The need for rapidly deployable tactical systems requires the necessary components to quickly establish a tactical system within the confines of a rapidly deployable shelter environment. The hardware required to achieve this includes various framesets supporting large screen displays and projection surfaces, as well as cable management of a myriad of power, network, communication, and video cabling, and the tactical packaging and transportation for the system. The system shall have internal mechanical separation of power, classified networks, unclassified networks, and computer video. It shall have embedded network switches to optimize cable management. Grouped tables shall be designed for one I/O location. In order to support mobility requirements, the system shall be trans! ported in protective packing cases and must be rapidly deployable by either military or civilian transportation systems (to include military air lift). ObjectiveSuccessful offerors will perform, as specified in each Job Order (JO), supporting work for the NSWC Crane Division, US Navy, US Marine Corps, US Air Force, US Army, US Special Operations Command, Homeland Security, and other agencies. The contractors shall furnish all labor, material, facilities, and travel necessary to accomplish the efforts described by the Statement of Work (SOW). The government will retain unlimited data and distribution rights to all processes, systems and equipment developed under the SOW. Data required from this contracting action will be delivered in English with applicable numbering in English or metric units. The Government will retain unlimited rights to reproduce and use all submitted Contract Data Requirements List(s) (CDRL(s)). Support will include field and technical services (installation, integration, trouble shooting), documentation and training. Invitation to Vendors: Offeror's response to this Synopsis shall be not later than 10 February 2009, limited to 10 pages and shall include the following information:.Offeror's name, address, point of contact, phone number, and e-mail address..Offeror's interest in proposing on the solicitation when it is issued..Offeror's capability to meet technical and personnel requirements of the overall specifications and the two (2) SAMPLE Job Orders, all of which are provided below. Information should include a technical description of the items the vendor is capable of offering to satisfy each of the two job orders, in sufficient detail to evaluate compliance with the requirements of the anticipated solicitation. This may include product literature, or other documents, if necessary. NOTE: PLEASE DO NOT submit cost or pricing detail in response to this Sources Sought Synopsis announcement; this is a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR COST PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS..Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute, design and produce along with comparable work performed within the past 5 years -brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) -provide no more than 1 example..Offeror's type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) - Small Business Size Standard for NAICS 453998 is $7M..Offeror's Joint Venture information if applicable -existing and potential Interested Offerors shall respond to this Sources Sought Synopsis no later than 14:00 PM (EST) 09 February 2009. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax, or email responses to: Ms. Lisa A Sandy, Contract Specialist, NSWC Crane, 300 Hwy 361, Bldg 64, Code 0565, Crane, IN 47522-5001; FAX No. (812) 854-3465, Email address: lisa.a.sandy@navy.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Participation: This announcement is a public invitation. Failure to participate in this Market Survey will not preclude abstaining offerors from proposing on possible future solicitations. Comments: Questions should be directed to Lisa Sandy, Contract Specialist, Code 0565, telephone 812-854-8792, fax 812-854-3465. Email lisa.a.sandy@navy.mil. Complete mailing address is NSWC Crane, 300 Hwy 361, Bldg 64, Crane, IN 47522-5001. Please reference the above solicitation number when responding to this notice. While the Government may use Market Survey information provided to conduct small purchases for testing, combat user assessments, and specification/solicitation preparation, this sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement or incurre! d for participation in the Market Survey will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Your interest in this response is appreciated. OVERALL SPECIFICATIONS JOINT SPECIAL OPERATIONS RESPONSE DEPARTMENT N00164-08-R-JS03 SPECIFICATIONforTactical Operations Command Center (TOCC) Systems field and technical Support, documentation and training Expeditionary Systems Engineering Division (JXS)300 Highway 361Crane Division, Naval Surface Warfare CenterCrane, IN 47522-5001 Tactical Operations Command Center (TOCC) Systems and SupportTable of Contents 1.0 SCOPE 1.1 Background 2.0 APPLICABLE DOCUMENTS 2.1 Proprietary Information 2.2 Specifications 2.3 Standards 2.4 Handbooks (for Guidance Only) 2.5 Other documents 3.0 REQUIREMENTS 3.1 General 3.1.1 Support Overview 3.2 TOCC Equipment 3.2.1 Installation 3.2.2 Integration and Trouble Shooting 3.2.3 Documentation and Training Support 3.2.4 Technical Support 3.3 Quality Program 3.3.1 Quality Conformance 3.3.2 Quality Conformance Inspections and Tests 3.4 Location of Work and Travel 3.5 Packaging, Crating, Handling, and Transportation (PCH&T) 4.0 GOVERNMENT FURNISHED ITEMS.5.0 DELIVERABLES 5.1 Data Deliverables 5.2 Additional Data Requirements 6.0 SPECIAL CONSIDERATIONS 6.1 Security 6.2 Delivery Locations 6.3 DITSCAP Requirements Tactical Operations Command Center (TOCC) Systems SCOPEThis Statement of Work (SOW) supports the Naval Surface Warfare Center's (NSWC) mission to provide field support, technical support, documentation and training for Tactical Operation Command Center Systems. This SOW sets forth the requirements for Tactical Operations Command Center (TOCC) systems and support services. Support shall include field technical services and training in support of the Naval Surface Warfare Center (NSWC) Crane Division, US Navy, US Air Force, US Special Operations Command, US Army, US Marine Corps, Homeland Security, and other DoD agencies. TOCC components to be provided include tactical furniture, truss systems, tactical communications and data systems, and video display systems that are suited for use in rapidly deployable shelter systems. BackgroundCurrent high technology tactical systems require an extensive array of power, network, communication, and video cables in order to achieve successful integration of a multi-workstation environment. The need for rapidly deployable tactical systems requires the necessary components to quickly establish a tactical system within the confines of a rapidly deployable shelter environment. The hardware required to achieve this includes various framesets supporting large screen displays and projection surfaces, as well as cable management of a myriad of power, network, communication, and video cabling, and the tactical packaging and transportation for the system. The system shall have internal mechanical separation of power, classified networks, unclassified networks, and computer video. It shall have embedded network switches to optimize cable management. Grouped tables shall be designed for one I/O location. In order to support mobility requirements, the system shall be trans! ported in protective packing cases and must be rapidly deployable by either military or civilian transportation systems (to include military air lift).APPLICABLE DOCUMENTSUnless otherwise specified, the revision level and date for each specification or standard cited within the solicitation/contract (including any specifications or standards cited in any drawing, handbook, or referenced specification or standard contained within this solicitation), shall be that listed in the Department of Defense Index of Specifications and Standards (DODISS) and supplement thereto. Proprietary InformationIn general, the contractor is responsible for protecting any proprietary information within the NSWC Crane Division process and the performance of the SOW. SpecificationsSpecifications will be furnished as needed with each Job Order (JO) as required.StandardsStandards will be furnished as needed with each JO as required.Handbooks (for Guidance Only)MIL-HDBK-DEPARTMENT1221 DEPARTMENT OF DEFENSE HANDBOOK FOR EVALUATION OF COMMERCIAL OF-THE-SHELF (COTS) MANUALS; 28 August 1995 and Notice 1 30 September 1999. MIL-HDBK-DEPARTMENT502 DEPARTMENT OF DEFENSE HANDBOOK ACQUISITION LOGISTICS; 30 May 1997Other documentsNAVSEA 5252.242-9115 DITSCAP DoD Instruction 5200.40 and the DITSCAP Application Manual Other documents will be furnished as needed with each JO as required.REQUIREMENTSGeneralThe Contractor shall perform, as specified in each JO, supporting work for the NSWC Crane Division, US Navy, US Marine Corps, US Air Force, US Army, US Special Operations Command, Homeland Security, and other DoD agencies. The contractor shall furnish all labor, material, facilities, and travel necessary to accomplish the efforts described by this SOW. The government shall have unlimited data and distribution rights to all processes, systems and equipment developed under this SOW. Data required from this contracting action shall be delivered in English with applicable numbering in English or metric units. The Government shall have unlimited rights to reproduce and use all submitted Contract Data Requirements List(s) (CDRL(s)). Support OverviewSupport shall include field and technical services (installation, integration, trouble shooting), documentation and training. TOCC EquipmentRequirements for TOCC equipment are provided in the Product/Performance Specification.InstallationAs specified in a JO, the contractor shall implement a fully coordinated installation of TOCC equipment (CONUS and OCONUS).Integration and Trouble ShootingAs specified in a JO, the contractor shall perform system integration and trouble shooting of TOCC equipment (CONUS and OCONUS). Documentation and Training SupportAs identified in a JO, the contractor shall provide supporting documentation (technical/user manuals) and training. The possible means by which training will be delivered include seminars, workshops, videos, on-the-job training, workplace mentoring /apprenticeships, and Internet-based training as well as formal courses and curricula. The JO will include the necessary CDRL's to identify the delivery of system documentation and training materials. Technical SupportAs specified in each JO, the contractor shall provide hardware, software, and firmware technical support to the end user. Means of providing technical support may include telephonic, e-mail, web hosting, or on-site support. 3.2.5 Warranty. As specified in each JO, the contractor shall provide a warranty. Warranty on commercial items procured by the contractor shall be transferred to the end item user upon delivery and acceptance by the customer. 3.2.6 Monthly Status ReportThe contractor shall submit monthly status reports identifying detailed work status and schedule status of on-going work, issues and recommendations (CDRL A001). Separate status reports (or clearly separated sections within one report) shall be provided for each JO under which the contractor is performing work. The Monthly Status Reports shall include, but not be limited to: a summary of work performed and results obtained, current or projected problems and issues, an explanation of deviations from the last month's projections, and any recommendations related to the effort. Quality ProgramQuality ConformanceThe contractor shall have a Quality Management (QM) system in place that ensures conformance to contractual requirements and best manufacturing practices. Contractor shall provide and maintain a Quality Management Plan (QMP) (CDRL A002). The contractor shall be ISO 9001 and ISO 14001 certified. Quality Conformance Inspections and TestsThe contractor shall ensure that product assurance requirements are in the design, development and acquisition of production and test equipment and shall conduct quality conformance inspections in accordance with the requirements of individual projects and tasks as specified in a JO.Location of Work and TravelWork locations and travel requirements shall be identified in each JO. A trip report is required to be submitted after each trip (CDRL A003).Packaging, Crating, Handling, and Transportation (PCH&T)The contractor shall ensure that all items are preserved, packaged, packed and marked in accordance with best commercial practices to meet the packing requirements of the carrier and to ensure safe and timely delivery at the intended destination.3.6 ShippingThe contractor shall ensure that shipping costs are separately priced, use the most economical commercial means that will allow meeting the required delivery date, and ensure that items are shipped to the delivery locations indicated in the JO's. GOVERNMENT FURNISHED ITEMS.Government furnished items include Government furnished material (GFM), Government furnished information (GFI), and Government furnished equipment (GFE). Government furnished items will be identified and furnished as needed with each Job Order. All GFE shall be returned in as good a condition as when received, except for reasonable wear and tear as determined by the government. The contractor assumes all risk of and responsibility for loss, destruction, or damage to the GFE it accepts. The contractor shall confirm receipt of GFE in monthly status reports. Any loss, destruction or damage shall be investigated and reported on the applicable status report. All GFE and GFI shall be returned to the government at the termination of the Job Order. For efforts that include tactical (non-fixed site) configurations, shelter/trailer assemblies may be provided as GFE.DELIVERABLESData DeliverablesRequired data deliverables shall be developed and provided as specified on the approved CDRL (DD Form 1423). The contractor shall provide the following deliverables for the basic contract:CDRLSOW PARATITLE OF DATA ITEMAUTHORITYA0013.2.5Status ReportDI-MGMT-80368A0023.3Quality Assurance Provisions (QAP)DI-CMAN-80789A0033.4Report, Record of Meeting/MinutesDI-ADMN-81505 A0046.3System Security Authorization AgreementSee CDRL Additional Data RequirementsAdditional data requirements will be specified in each JO, if required.SPECIAL CONSIDERATIONSSecurityAll tasks must be conducted in full compliance with security regulations. The contractor's key personnel, as identified by NSWC Crane Division, must be currently briefed, at a minimum, Top Secret. All facilities, data processing equipment and computers employed will remain certified/approved for the handling and processing of TOP SECRET data as appropriate. Delivery LocationsThe contractor shall deliver TOCC components and services as specified in each Job Order. Potential delivery sites include CONUS and OCONUS.DITSCAP RequirementsWhen a JO includes procurement of Information Technology (IT) equipment, the contractor shall provide as defined in the JO an accreditable system in accordance with the DITSCAP DoD Instruction 5200.40 and the DITSCAP Application Manual, DoD 8510.1-M and provide the System Security Authorization Agreement (SSAA) (CDRL A004). The purpose of the SSAA is to provide source data to enable the Sponsoring Agency to apply for System Accreditation. 7.0 ACRONYM LISTBOA Basic Ordering AgreementCDRL Contract Data Requirements ListCINC Commander in ChiefCOA Courses of ActionCONUS Continental United StatesCOR Contracting Officers RepresentativeCOTS Commercial Off The ShelfDAL Data Accession ListDITSCAP DoD Information Technology Security Certification and Accreditation ProcessDOD Department of DefenseDODISS Department of Defense Index of SpecificationsGFE Government Furnished EquipmentGFI Government Furnished InformationGFM Government Furnished MaterialGFR Government Furnished ResourcesIAW In Accordance WithIPR In- Progress ReviewIT Information TechnologyJO Job OrderNDI Non-Developmental ItemNSWC Naval Surface Warfare CenterOCONUS Outside of Continental United StatesPCO Program Contracting OfficerPCH&T Packaging, Crating, Handling & TransportationPMP Program Management PlanPOAM Plan of Action and MilestonesQAP Quality Assurance ProvisionsQM Quality ManagementQMP Quality Management PlanSAP Special Access ProgramSAR Special Access RequiredSCI Top SecretSOW Statement of WorkSSAA System Security Authorization AgreementT&E Test and EvaluationTI Technical InstructionsTOCC Tactical Operations Command Center TPOC Technical Point of ContactV&V Validation and Verification Attachment A Tactical Operational Command Center Equipment and Specifications Equipment specifications listed are Government's minimum requirements. All equipment must be easily deployable and rapidly assembled. It must be able to be easily transportable (2 people) with no damage to equipment from transport. Equipment Specifications: CLIN 0001 - Video Display Unit (VDU) - Specification - At a minimum the VDU must have:All equipment shall be rack mounted in a ruggedized double lid rack mount case, a maximum of 15U and 2-man lift Video Matrix Switch with a minimum capability of 8 x 8 and a maximum of 32 x 32Registered Jack (RJ) 45 cable Inputs Keyboard Video Mouse (KVM) with a maximum of 1U of spaceTwo computers to do 4/1 scaling CLIN 0002 - Transport CasesTransport cases are used for transporting tactical tables, chairs, framesets, projectors and time zone clock. The transport cases must be of durable structure so there is no damage to equipment during travel. CLIN 0003 - Tactical TablesTables shall have the option of being straight or corner tables. The tables shall be designed for easy transport, set up and secure use. The tables shall have storage area within the table, handles for carrying, twist lock connection plugs, rifle slings, 4 Uninterruptible Power Source (UPS) plug ins, 4 non - (UPS) plug ins and the color shall be black. The height requirement shall be 30 to 32 inches. Each table shall have independent vertical adjustable legs to offer a level-working surface for rough terrain set up. At a minimum the tactical tables shall offer hook ups for: A.C Power, SIPERNET, NIPERNET, COALITION, Video and Telephone, 10MB, 100MB or 1 gigabit network switches with auto negotiation capability, 15 pin VGA cable connection capability for video. 4 UPS and 4 non-UPS power plugs ChairsAt a minimum, 2 types of chairs shall be proposed: CLIN 0004 - Standard fold up chair with padded seat and padded back rest.CLIN 0005 - Standard fold up chair with padded seat and padded back rest which includes captain seat arms that are also padded. CLIN 006 - Rugged Portable Tactical Operation Unit - One Screen (RTOC)This unit shall be a portable unit with all accessories that can be contained in one transport case. Unit shall include Frame set to support one visual projection screen and one projector. Frame SetsFrame sets shall be proposed both in metal and with the option to have a coating for protection. Example of coating would be LINEX coating. CLIN 0007 - Single Screen Frame SetA truss system that supports 1 screen and 1 projector CLIN 0008 - Double Screen Frame SetA truss system that supports 2 screens and 2 projectors CLIN 0009 - Three Screen Frame Set A truss system that supports 3 screens and 3 projectors CLIN 0010 - Four Screen Frame setA truss system that supports 4 screens and 4 projectors Frame Set with Screen and ProjectorFrame sets shall be proposed in metal and with the option to have a coating for protection. Example of coating would be LINEX coating. CLIN 0011 - Single Screen Frameset with Visual Projection Screen and ProjectorThis set shall include a minimum of 1 visual projection screen, 1 projector and the truss system to support those items. Examples of a screen may be soft screens, LCD display or Plasma screens. CLIN 0012 - Double Screen Frameset with Visual Projection Screens and ProjectorsThis set shall include a minimum 2 visual projection screens, 2 projectors and the truss system to support those items. Examples of a screen may be soft screens, LCD display or Plasma screens. CLIN 0013 - Three Screen Frameset with Visual Projection Screens and ProjectorsThis set shall include a minimum 3 visual projection screens, 3 projectors and the truss system to support those items. Examples of a screen may be soft screens, LCD display or Plasma screens. CLIN 0014 - Four Screen Frame set with Visual Projection Screens and ProjectorsThis set shall include a minimum 4 visual projection screens, 4 projectors and the truss system to support those items. Examples of a screen may be soft screens, LCD display or Plasma screens. CLIN 0015 - Jumbo Screen Frame set with Visual Projection Screens and ProjectorsThis set shall include a minimum 3 visual projection screens, 3 projectors and the truss system to support those items. Examples of a screen may be soft screens, LCD display or Plasma screens. Screens in this unit shall offer a larger area for viewing for a large group of 30 or more to view at one time. CLIN 0016 - Visual Projection ScreensExamples of screen types to be proposed: Soft Sided Screen, LCD and Plasma CLIN 0017 - ProjectorAt a minimum the projector should be a 2,000-lumen projector with a short throw lens. CLIN 0018 - Projector MountsCapable of mounting, at a minimum, a 2,000-lumen projector with short throw lens on overhead frameset. Able to be quickly assembled and disassembled. Lightweight and able to be transported safely. CLIN 0019 - Time Zone ClockAt a minimum the clock shall have alpha-numeric digital display. Capable of displaying local time, Eastern Time, Zulu time and date. CLIN 0020 - Installation KitAt a minimum the installation kit should contain tools and parts necessary for installation of equipment. END OF OVERALL SPECIFICATIONS SAMPLE JOB ORDER 1 1.0 Scope. This job order describes the efforts required to provide tactical equipment, installation, PCH&T and shipping for 10th Mountain Division in accordance with requirements of the Statement of Work and Specification of the basic contract N00164-09-R-JS03. 2.0 Applicable Contract Paragraphs. The following paragraphs of Section C from the basic contract apply and are specified as follows. Basic SOW ParaTask Requirement3.1General Requirements.3.23.2.1TOCC EquipmentInstallation is required at Delivery Location3.5PCH&T3.6Shipping6.2Delivery Location:HHC 1st BCT 10th MTN DIVATTN: S-6BLDG W13-2CAMP LIBERTYAPO, AE 09736 Specific Items and Quantities.CLINTOC PRODUCTQUANTITY0001Video Display Unit (VDU)2 EA0002Transport Cases2 EA0012Double Screen Frame Set, with visual projection screens and projectors1 EA0019Time Zone Clock1 EA0021Installation 0023Shipping (OCONUS) 4.0 Data Deliverables: SOW Para 3.4 CDRL A003 Report, Record of Meeting/Minutes (Trip Report) 5.0 Security Classification. All tasks described in this job order may involve access to facilities or documents up to and including SECRET. 6.0 Technical Point of Contact (TPOC). The TPOC for this delivery order is XXX, Code XXX, telephone XXX, e-mail XXX for both substantive and non-substantive communications of a technical nature. 7.0 Delivery Information. Expedited Delivery of all material equipment will be 45 days After Contract Award (ACA). Material equipment and services shall be delivered to operational worksite listed in paragraph 2 (6.2) as listed above. Delivery and installation requirement is OCONUS, contractor shall be registered and approved for travel in the Synchronized Predeployment and Operational Tracker (SPOT) prior to travel authorization. The following link is provided for additional information on SPOT http://www.bta.mil/products/spot.html END OF SAMPLE JOB ORDER 1 SAMPLE JOB ORDER 2 1.0 Scope. This Job Order describes the requirement for providing tactical equipment, warranty, shipping and training for 10th Mountain Division in accordance with requirements of the Statement of Work and Specification of the basic contract N00164-09-R-JS03. 2.0 Applicable Contract Paragraphs. The following paragraphs of Section C from the basic contract apply and are specified as follows. Basic SOW ParaTask Requirement3.1General Requirements.3.2 TOCC Equipment3.2.3Documentation & Training Support3.2.5Warranty3.5Packaging, Handling, Storage and Transportation.3.6Shipping6.2Delivery Location:Director of LogisticsDoor 16, Bldg. 4525, CIPBCamp Hale RoadFt. Drum, NY 13602 Specific Items/systems and Quantities. 3.1 Nomenclature: Delivery, installation, test, and training for one tactical operations command center for the 10th Mountain Division. CLIN 0006 Rugged Portable Tactical Operation Unit - One Screen (RTOC) 1 Unit 3.2 Documentation & Training Support: CLIN 0022 Delivery of Technical/Users Manual and On-the-Job training to 10th Mountian Division Personnel. Training shall require one instructor, not exceed 1 day (8 hours), 6 students. Location of training is same as delivery address. Space to conduct training will be provided by the government at no additional cost to the contractor. 4.0 Security Classification. All tasks described in the SOW may involve access to facilities or documents up to and including SECRET. 5.0 Technical Point of Contact (TPOC). The TPOC for this delivery order is XXX, Code XXX, Telephone XXX, e-mail XXX for both substantive and non-substantive communications of a technical nature. 6.0 Delivery Information. Expedited delivery of service and equipment is required. Delivery is required NLT 45 days After Contract Award (ACA). Material and Training services requested shall be delivered to operational worksite listed in para. 2 (4.1) above. END OF SAMPLE JOB ORDER 2 For best results, go to: http://www.crane.navy.mil/acquisition/synopss.htm
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=32cc528f7631e865d065f4e5992f2f3d&tab=core&_cview=1)
 
Record
SN01728878-W 20090110/090108214919-68c8f13b45c4bc2e59bca7f551da669e (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.