SOURCES SOUGHT
Z -- Taiwan Contractor Logistic Support (CLS) for Two (2) UH-60M Operational Flight Trainers for the Taiwan Army - SOW
- Notice Date
- 2/14/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-SS-UH60M
- Archive Date
- 3/29/2018
- Point of Contact
- larry buwee, Phone: 407-384-3625, Glenda M. Torres, Phone: 407-380-4413
- E-Mail Address
-
larry.c.buwee.mil@mail.mil, glenda.m.torres.civ@mail.mil
(larry.c.buwee.mil@mail.mil, glenda.m.torres.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- ATTACHED STATEMENT OF WORK SOLICITION NUMBER: W900KK-SS-UH60M NOTICE TYPE: Sources Sought TITLE: Taiwan Contractor Logistic Support (CLS) for Two (2) UH-60M Operational Flight Trainers for the Taiwan Army BRIEF SUMMARY: The Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Director Training Devices, Foreign Military Sales is posting this Sources Sought Notice to identify the various types of businesses who are interested in and are capable of performing, and meeting the requirements for five (5) years of CLS for two (2) co-located UH-60M Operational Flight Trainers (OFT), in Taichung, Taiwan. In 2013 the current contract W900KK-13-C-0043 was awarded under Foreign Military Sales (FMS) Case TW-B-YZC to run through December of 2018, to provide CLS support and spare parts. REQUIREMENTS: See attached and below Draft Statement of Work. PROGRAM DESCRIPTION: The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) has a Foreign Military Sales (FMS) requirement for five (5) years of CLS for two (2) co-located UH-60M OFTs in Taichung, Taiwan. The Contractor will identify the plan to phase in CLS personnel as necessary, based on the required training requirements. CLS will conduct maintenance, operation, and baseline software updates for the 2 Co-located UH-60M OFTs. CLS will have access to OFT software source code to perform software modification and updates to resolve Field Service Reports (FSRs). CLS support will include the total maintenance and supply support for the devices operating at 8 hours per day, five days per week. An operational availability of 85 percent is required. The CLS technicians will also perform daily Preventative Maintenance (PM) checks and initial "turn on" of the devices at the start of each training day and "shut down" at the conclusion of each training day. SPARE PARTS : The CLS will provide a total sustainment approach. CLS spare parts package will be replenished and sufficient to support the operation of the UH-60M OFTs during the period of performance. The spare parts package will be replenished to original range and quantity at the conclusion of the CLS period. Shipment and transportation costs of all replenishment of spare parts and assemblies evacuated to Continental United States (CONUS) for repair will be included as a CLS task. PERION OF PERFORMANCE: Contract Base Year/Period: XX January 2019 to XX January 2020 Contract Option 1 Period: XX January 2020 to XX January 2021 Contract Option 2 Period: XX January 2021 to XX January 2022 Contract Option 3 Period: XX January 2022 to XX January 2023 Contract Option 4 Period: XX January 2023 to XX January 2024 ACQUISITION APPROACH : The Government anticipates that the program requirement will be fulfilled via a new contract in FY19. Based on the effort's low complexity level, the Government foresees contract award on a Lowest Priced Technically Acceptable (LPTA) basis. The Government anticipates that the program requirement will be fulfilled by a Firm Fixed Price (FFP) contract ESTIMATED DOLLAR VALUE : TBD RESPONSES REQUESTED : The purpose of this request is to gain knowledge of the industry based on current capabilities that will meet the requirement. Contractors desiring to be considered for this opportunity are requested to respond by the closing date above to the Contract Specialist listed below via email. Written responses to this announcement should consist of the following: (a) Your firm's degree of familiarity and specific experience with TA UH-60M OFT operation and maintenance. (b) A submission of your firm's resources available to operate and maintain the TA UH-60M OFTs. (c) A statement indicating if they are a large or Small Business (if small, please indicate any applicable socio-economic status such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, etc.) under NAICS Code 541330; shall also include Company Name, Point of Contact, Address, Telephone and Fax Numbers, Email Address, DUNS number, CAGE code. (d) Capability statement shall also provide the following: - Demonstration of experience performing in the US Pacific Command (PACOM) Area of Operations. - Demonstration of experience working with the Taiwan Armed Forces. All responses shall be sent via email larry.c.buwee.mil@mail.mil (e) An itemized Rough Order of Magnitude cost for CLS on yearly basis. (f) It is requested that written responses be submitted in Microsoft Word document, 12-point font, Times New Roman, limited to 5 pages not including cover sheet or product data sheet. NOTICE : Companies responding to this SSN are advised that participation does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expenses associated with preparation or participation in this request for information. DISCLAIMER : This request for Information is for Market Research purposes only and is being used as an instrument to identify potential industry sources that can provide perform the described requirements within this notice. The information provided in this notice is subject to change and is not binding on the Government. This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject services. No funds are available to pay for preparation of responses to this notification. The Government will use the information received to formulate any potential acquisition strategy. Additionally, all submissions become Government property and will not be returned. No basis for a claim against the Government shall arise as a result from a response to this information request. CONTRACTING OFFICE ADDRESS : ACC-Orlando 1221 Science Drive Orlando, FL 32826-3224 United States PRIMARY POINT OF CONTACT: SFC Larry C. Buwee Contract Specialist larry.c.buwee.mil@mail.mil Phone: 407-384-3625 SECONDARY POINT OF CONTACT: Glenda M. Torres Supervisory Contracting Officer glenda.m.torres.civ@mail.mil Phone: 407-380-4413
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/14959294a2ef2ca38c351be29bb4bfe4)
- Place of Performance
- Address: Taichung, Taiwan
- Record
- SN04822804-W 20180216/180214231310-14959294a2ef2ca38c351be29bb4bfe4 (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 |