MODIFICATION
C -- Field Support Directorate CECOM Equipment Diagnostic Analysis Tool (CEDAT): System Integration and Software Development Tactical Power and Transmission - MR Questions (2)
- Notice Date
- 2/1/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W56JSR) Division E, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W56JSR-17-R-0022
- Archive Date
- 2/21/2017
- Point of Contact
- Lorin F Dashiell, Phone: 4438614875
- E-Mail Address
-
lorin.f.dashiell.civ@mail.mil
(lorin.f.dashiell.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- MR Questions second attachment. The Contractor shall provide a wide range of training, and fielding support services for new and existing C4ISR technology, weapons systems, equipment, logistical and administrative support surrounding the CECOM Equipment Diagnostic Analysis Tool (CEDAT) VLAR suite variants for Tactical Power Generation, High Aerial Layer and Terrestrial Sensors, tactical communication and other systems as designated. The Contractor also must have an Adequate Accounting System. The Contractor shall provide the knowledge and proven experience to develop, operate, maintain, update, and enhance an approved and registered application in the Army Portfolio Management Solution - Army Information Technology Registry". The Training Support Division (TSD) has developed and received approval of an Army Portfolio Management Solution (APMS) of the CEDAT VLAR as a proven expert IT system operation, diagnostics, and data capture as a standalone application. The Contractor shall be able to support customers with "turnkey" solutions. Work performed shall be on and off the Government facilities and may involve any of the following activities: provision of advice, preparation of feasibility studies, preparation of preliminary and final plans and designs, provision of technical services during the construction or installation phase, inspection and evaluation of engineering projects, and related services. Performance for this contract may take place at CONUS locations as required and determined by the government. The possible locations listed below: CONUS locations: JBLM, WA; Fort Irwin, CA; Fort Carson, CO; Fort Huachuca, AZ; Fort Bliss, TX; Fort Riley, KS; Fort Hood, TX; Fort Sill, OK; Fort Polk, LA; Fort Campbell, KY; Fort Stewart, GA; Fort Gordon, GA; Fort Drum, NY; Fort Bragg, NC; Aberdeen Proving Ground, MD; Hawaii, Fort Dietrich, MD, Fort McCoy, WI, Fort Indiantown Gap, PA, and other customer driven Temporary Duty Status (TDY) CONUS locations. Please provide answers to the attached questions via the Federal Business Opportunities page or via email. Vendors responding for the first time; please be sure to answer all 32 of the questions provided in the first attachment. Vendors responding for the second time do not need to respond to the 3 questions provided in the second attachment unless you feel that there is additional information you would like to provide. If you have questions, please direct them to the Contract Specialist via email at lorin.f.dashiell.civ@mail.mil. Questions via phone are not accepted. Responses are due by 1600 EST on Monday, 6 February 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7fa444cda88323b38da05357da917d87)
- Record
- SN04388187-W 20170203/170201235035-7fa444cda88323b38da05357da917d87 (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 |