Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2012 FBO #3857
SOLICITATION NOTICE

R -- Program Support Services to PM NV/RSTA

Notice Date
6/14/2012
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-12-R-S404
 
Response Due
6/28/2012
 
Archive Date
8/27/2012
 
Point of Contact
Tyler Restrick, 443-861-4719
 
E-Mail Address
ACC-APG - Aberdeen Division B
(tyler.j.restrick.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contracting Office Zip Code - 21005 Classification Code - R Contracting Office Address - U.S. Army Contracting Command, Aberdeen Proving Ground Building 6001/, Aberdeen Proving Ground, MD 21005 Subject - Program Support Services to PM NV/RSTA Proposed Solicitation Number - W15P7T-12-R-S404 Point of Contact - Tyler Restrick, Contract Specialist, 443-861-4719 The United States Army Contracting Command, Aberdeen Proving Ground (ACC-APG) intends to procure Program Support Services for Project Manager, Night Vision Reconnaissance, Surveillance and Target Acquisition. The place of performance shall be at Fort Belvoir, Virginia. The types of services required are listed below: Management Support: The contractor shall prepare various briefings, presentations, and public release data in various formats (viewgraphs, multi-media slide shows, graphics, and narratives). The types and quantities of these various briefings and presentations will vary, depending upon the target audience and topics. The contractor shall discuss each required briefing, presentation or public release data to gather the level of detail required for the topic and target audience and prepare a complete, appropriate package for the required briefing, presentation or public release data. This requires the contractor to have a technical understanding of the products managed by PM-NV/RSTA, as well as an understanding of Army Program Management and graphical / multimedia software. Operations Support: The contractor shall organize all administrative contractor personnel at PM-NV/RSTA, ensuring front desk and telephone answering coverage for essential hours of business for the front office when assigned personnel are on leave, coordinating the reviewing process for documents, reviewing and recommending streamlining for business processes where administrative areas can impact for improvements as a part of the business process re-engineering effort ongoing at PM-NV/RSTA. Administrative Support: The contractor shall perform receptionist/typist duties for the PM NV/RSTA. Duties include answering phones, receiving guests, managing the calendar for the Deputy PM and Technical Director, and assisting other administrative personnel with travel requirements. Additional duties supporting PM NV/RSTA include: assisting PM NV/RSTA personnel in tracking time and attendance by keeping a log of their leave and travel as they provide it; managing the calendar for scheduling the use of two conference rooms and the video teleconference system; assisting with security matters/visitor control; and maintaining a file of official correspondence for PM NV/RSTA, minutes in staff meetings, and a monthly activity list. Typist duties are assisting with official correspondence to include: ensuring letter/memo format agrees with Army standards (AR25-50), proper routing of letter/memo for the PM's signature, and distribution as required, to include FedEx, U.S. Postal service, inter-office mail, etc. Facilities Manager Support: The contractor shall provide facilities management support to the office of Project Manager, NV/RSTA, including the Project Manager and his support staff, as well as Product Manager FLIR. The required facilities management support is in the form of written policies and procedures approved government format, as well as daily submission of work orders to keep the building in proper repair, and maintain the use of the Secure Internet access facility for classified message access and retrieval in the building. The contractor shall also keep the video teleconference facility in proper repair as a part of the responsibilities. The contractor must be adept at computer based office applications, as well as possess the skills to recommend and use the appropriate systems to contact and submit requests for maintenance and repair. The contractor must possess a security clearance up to a Secret for maintenance and repair of the secure internet access facility. Engineering Support: The contractor shall provide analysis of complex technical systems from an overall performance perspective in support of the office of Project Manager, NV/RSTA, including the Technical Director and Project Manager's support staff. The contractor must be able to apply analysis techniques to plan, evaluate and document recommended solutions and improvements to systems, and identify required resources to accomplish the approved solutions. One position must be dedicated to reporting status of theater assets. Property Management and Logistics Support: The contractor shall provide database updates to the local property database and documentation support to the office of Project Manager, Night Vision, Reconnaissance, Surveillance and Target Acquisition and his support staff. The contractor must be adept at computer based data base applications, word processing and other office applications. The contractor must also be able to document 100% property accountability, prepare and process property transfer forms, and keep track of all transfers. The contractor shall also provide direct technical and administrative logistics support to Product Manager, Forward Looking Infrared (PM FLIR) for the Long Range Advanced Scout Surveillance System (LRAS3). This support shall be in the form of review and markup (if required) of logistics documentation, and provide support on site at systems fielding as needed. The contractor must have knowledge of various regulations and policies with respect to materiel acquisition, integrated logistics, and logistic supportability. The contractor will provide as needed assistance in the development of Logistics Support Analysis (LSA) documentation. The contractor may be required to travel in support of logistics support reviews at contractor production facilities and provide fielding support. Fielding schedules are changing on a daily basis; most have recently been to Afghanistan for up to 10 days. Current support has not been participating in these OCONUS fieldings. CONUS fieldings may be included; those are normally of four day duration, to Fort Hood, TX, or similar locations. The contractor is not expected to participate in more than three (3) CONUS fielding trips a year, if needed. This acquisition is Set-aside for small business, which provides for full and open competition among small businesses utilizing best value procedures. The North American Industry Classification Systems code for this effort is 541330, which has a small business size standard of $14,000,000.00. This will be priced on a firm fixed price basis. All parties interested in doing business with Army Contracting Command - Aberdeen Proving Ground (Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance) (ACC - APG (C4ISR)) are invited to access the Army Single Face to Industry (ASFI) at https://acquisition.army.mil/asfi?ASFI_FAQ.cfm. The Government anticipates the draft solicitation and associated documents to be issued on or about 28 June 2012. Upon accessing this web page, look for the tab titled "ASFI for Industry". Under the "ASFI for Industry" tab you will be able to: check for business opportunities by clicking on the Contract Opportunities Search link, receive notifications by clicking on the Vendor Notification Service link. Vendor cannot submit responses via the Vendor Bid History. Vendors can only view "high level" information regarding the response. No registration is needed for the Vendor to browse for business opportunities. For the Vendor to receive notifications he merely needs to provide company Commercial and Government Entity (CAGE) Code and E-Mail address. To submit a response the Vendor must provide the CAGE Code and Marketing Partner Identification Number (MPIN). Your company must be registered and current in the Central Contractor Register (CCR) in order to submit bids/proposals on ASFI. Please be advised that hard copies of the solicitation will not be made available. You must download solicitation documents from the ASFI. Instructions on how to use ASFI to include; receiving notification, submitting and uploading bids or proposals, formatting and system requirements are provided at https://acquisition.army.mil/asfi?ASFI_FAQ.cfm. For Technical ASFI assistance please e-mail help desk at ASFI@conus.army.mil. The instructions describe the time, place and date that the bids will be received. The Point of Contact for this action is Tyler Restrick, Contract Specialist, 443-861-4719 or tyler.j.restrick.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a791cf9a831d41e201b7e347860a788)
 
Place of Performance
Address: ACC-APG - Aberdeen Division C HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02776391-W 20120616/120615000210-9a791cf9a831d41e201b7e347860a788 (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.