SOURCES SOUGHT
69 -- Artillery and Chemical Trainers (ACT) Life-Cycle Contract Support (LCCS)
- Notice Date
- 6/27/2011
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK-11-R-0027
- Response Due
- 7/11/2011
- Archive Date
- 9/9/2011
- Point of Contact
- Jeff Brunell, 407-384-5265
- E-Mail Address
-
PEO STRI Acquisition Center
(jeff.brunell1@us.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This is a sources sought announcement only and is not an intent to procure. A solicitation is not available at this time and any requests for a solicitation will not receive a response. The US Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) Program Manager for Field Operations (PM Field Ops) is conducting market research to determine the capability of 8(a) small businesses in regards to providing Life-Cycle Contractor Support (LCCS) for the ongoing Artillery & Chemical Trainers (ACT) program at Ft. Sill, OK; Ft. Leonard Wood, MO; Ft. Lee, VA; Ft. Bliss, TX; Ft. Bragg, NC; Ft. Polk, LA; Shweinfurt, Germany; Camp Casey, Korea. The contractor would provide labor, materials, consumables, tools and test equipment, supply support, maintenance and repair activities, installation/de-installation, engineering modification and development, production, operation, transportation and relocation necessary to maintain previously fielded artillery and chemical Training Aids, Devices, Simulations and Simulators (TADSS) and Material Support Packages (MSPs) in a fully operational condition throughout CONUS and OCONUS. The Period of Performance for this effort includes a four month phase-in period beginning 1 June 2012, followed by four option periods, the last of which would conclude on 31 May 2017. The contract type is scheduled to be FFP with T&M provisions. The estimated dollar value for the effort, including option years, is $25 million. A DRAFT Performance-Based Statement of Work is attached for your reference. Each potential source shall provide a brief description of their ability to meet the ACT requirements. This description should include a demonstration that the source has adequate financial resources to perform the contract, or the ability to obtain them; be able to comply with the required or proposed delivery or performance schedule, considers all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; and has the necessary technical and management resources and facilities, or the ability to obtain them. Each potential source is also requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, including subcontracting efforts, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of the ACT Contract Recompete. Firms shall also provide point of contact information where available for the efforts cited above. All responses to this sources sought are limited to twelve pages and must include the following additional information: name and address of firm, commercial activity/government entity (CAGE) code, small business size status, point of contact name, title, phone, and email. Interested sources shall submit all replies by email to jeff.brunell1@us.army.mil no later than 1:00 P.M. EST on Monday, 11 July 2011. Acknowledgement of receipt will not be made. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. The information resulting from this sources sought may be included in one or more RFPs, which may be released via the FEDBIZOPS portal. Please direct all responses to the Contract Specialist, Mr. Jeff Brunell, at Jeff.Brunell1@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-11-R-0027/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02483547-W 20110629/110627235131-d71655dc4bb57a7b4647ab036dc3029f (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 |