SOURCES SOUGHT
R -- Contract Logistics Support (CLS) Services - Sources Sought
- Notice Date
- 3/28/2022 5:52:56 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-22-X-0NSS
- Response Due
- 4/21/2022 12:00:00 PM
- Point of Contact
- Melissa Sena
- E-Mail Address
-
melissa.l.sena.civ@army.mil
(melissa.l.sena.civ@army.mil)
- Description
- The Army Contracting Command, New Jersey, on behalf of the Project Manager for Close Combat Systems (PM CCS), is currently seeking potential sources with the capability to provide engineering, technical, and support services for the entire range of PM CCS systems, either in the Contiguous United States (CONUS) and Outside of Continental United States (OCONUS) and/or Theater of War. The capabilities sought include, but are not limited to: system integration/installation, studies/analysis, logistics support, maintenance and repair, material supply support, warehouse support/receiving, training, and installation of training mine/IED targets, to include lane setup/construction. Please note, construction may require the use of compact excavators, compact track loaders, and compaction equipment.� In addition to the information requested below, all responding sources shall provide a brief summary of their company's capabilities, including the following organization details: name/address/point of contact identification, business size and any socio-economic considerations under NAICS code 811219. Interested respondents should also include the following information: 1. A brief description of any prior experience in providing services to the entire family of PM CCS systems, to include but not limited to: Detector Special Purpose (DSP) #27, Army-Navy/Portable Special Search (AN/PSS)-14 Models B/C, Minehound, Gizmo, Strider, CEIA CMD (Compact Metal Detector), Acoustic Hailing Device (AHD), Single Net Solution Remote Deployment Device (SNS-RDD), Spider Systems, and Render Safe-Set Kits and Outfits (RS-SKO). An example of some of the skill sets that may be required are as follows: Electronic Tech (Journeyman to Senior) - Fault isolates, repairs and maintains the Munition Control Unit Trainer (MCUT), Repeater, Remote Control Station (RCU) and RCU Transceiver (RCUT). Logistics Analyst (Journeyman to Senior) - Accounts for spares inventory, reports system readiness status, and schedules and coordinates maintenance efforts at a systems level. Site Manager - Maintains and reports readiness of facility to support the system, coordinates for system repairs, and acts as liaison to the customer. Trainer - Instructs operators on proper usage of the equipment, provides operator familiarization training, maintains training records, and develops and updates training materials. This can be accomplished by a support technician if they have been qualified as an instructor. 2. Describe your organization�s core expertise, capabilities, and capacity relative to any of the following areas: a. Software (facilities, language types, manpower, software tools, etc.) b. Services (engineering & technical, financial, logistics, repair, training, transportation & packing, process base-lining, etc.) c. Safety and environmental (safety, pollution prevention, remediation, hazardous materials) 3. Describe the delivery schedule that your organization would be able to sustain and at what personnel quantity levels. a. Provide the maximum number of personnel that could be deployed within 30 days of contract award for the duration of the contract period to work in Theater of Operations under field conditions. b. Describe your organization�s experience in providing logistics support to 100-200 personnel in the U.S. military forces deployed in Theater of Operations. 4. Describe the level of expert knowledge your labor force possesses, specific to the family of PM CCS systems. 5. Respondents must possess a valid Secret Security Clearance issued by the United States Government. 6. Provide details of historical past performance on contracts with U.S. Government agencies and private industry, in terms of cost control, quality work, and compliance with performance schedules. Respondents can include additional information, such as brochures, reports, or any other specific information that would enhance the U.S. Government�s evaluation of the current market conditions for a potential service contract of this nature. This sources sought notice is for information and planning purposes only, and should not be construed as a Request for Proposal (RFP) or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this sources sought notice. All information is to be submitted at no cost or obligation to the U.S. Government. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this sources sought notice. The U.S. Government is not obligated to notify respondents of the results of this sources sought notice. Any information provided will not be returned. If a formal solicitation is generated at a later date, a separate solicitation notice will be published via SAM.gov. All responsible, interested sources are encouraged to submit their capabilities/qualification data, and any pertinent information, along with any questions via email no later than 21 April 2022 to Melissa Sena at melissa.l.sena.civ@army.mil. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The U.S. Government will only accept written inquiries via email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6233f14635a0400e92b6754951cfc299/view)
- Record
- SN06281527-F 20220330/220329211521 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |