Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2024 SAM #8244
SOURCES SOUGHT

L -- Sources Sought for Contractor Support Services � Training, Technical, and Field Services

Notice Date
6/21/2024 8:13:39 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-24-X-10H9
 
Response Due
7/22/2024 12:00:00 PM
 
Archive Date
08/06/2024
 
Point of Contact
Rodolphe Primeau, Rebecca Markell, Phone: 9737243181
 
E-Mail Address
rodolphe.a.primeau.civ@army.mil, rebecca.l.markell.civ@army.mil
(rodolphe.a.primeau.civ@army.mil, rebecca.l.markell.civ@army.mil)
 
Description
The United States (US) Army Contracting Command - New Jersey (ACC-NJ) on behalf of the Project Manager for Close Combat Systems (PM CCS) Picatinny Arsenal, NJ is issuing this Sources Sought Notice as a means of conducting market research.� The result of this market research may be used to establish an acquisition strategy and method of procurement, if a requirement materializes.� PM CCS is seeking potential sources with the capability to provide engineering, training, technical, and field support services for the entire range of PM CCS systems in the Contiguous United States (CONUS), 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/Improvised Explosive Device (IED) targets to include lane setup/construction. Construction may require the use of compact excavators, compact track loaders, and compaction equipment.� The applicable North America Industry Classification (NAICS) code for this requirement is 811210 - Electronic and Precision Equipment Repair and Maintenance.� The Product Service Code (PSC) is L099 Support � Professional Engineering/Technical Services. The purpose of this Sources Sought Notice is to obtain information from potential sources to support anticipated requirements for support services commencing in the next fiscal year.� Based on the responses to this Sources Sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. Interested sources that can provide the above listed services, in whole or part, are encouraged to respond with the following: 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: Hand Held Mine Detectors, Acoustic Hailing Device (AHD), Launched Electrode Stun Device (Taser), Render Safe- Sets Kits and Outfits (RS-SKO), Terrain Shaping Obstacles, and Improved Explosive Device Defeat (Jackal, Rhino). 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 Main Unit Assembly, Inverter Assembly, Interface Brackets, Power Control Unit and Jackal Control Unit. Logistics Analyst (Journeyman to Senior) - Accounts for Spares inventory, reports system readiness status, 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 Liaison to the customer. Trainer - Instructs operators on proper usage of the equipment, provides operator familiarization training, maintains training records, develops and updates training materials. This can be accomplished by a support technician if they have been qualified as an instructor. 2. Describe your company�s core expertise, capabilities, and capacity relative to any of the following areas: a. Software (facilities, language types, manpower, software tool, 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 your company�s staffing capabilities and 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 firm�s experience in providing logistics support of 100-200 personnel to 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 Government agencies and private industry in terms of cost control, quality work, and compliance with performance schedules. RESPONSE SUBMISSION DETAILS Responses to this Sources Sought Notice must be electronically submitted to the Contract Specialists listed below in either Microsoft Word or Portable Document Format (PDF). Responses must reference the number of this Sources Sought Notice, W15QKN-24-X-10H9 in the subject line of the e-mail and on all enclosed documents. All responses should include the following: Company name, address, Cage Code, Unique Entity Identifier (UEI), Point of Contact, Company Ownership (public, private, joint venture), Business Classification, and primary points of contact (POC) with email addresses, fax numbers, and telephone numbers. All contractors interested in the potential future solicitation for this requirement must be registered in System for Award Management (SAM).�� All submissions, written comments, or questions shall be submitted to the ACC-NJ Contract Specialist, Rodolphe Primeau, no later than 1500 Eastern Daylight Time (EST) on Monday, 22 July 2024. Telephone inquiries will not be accepted or acknowledged. No feedback or evaluations will be provided to companies regarding submissions. Information and materials submitted in response to this Notice WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Additionally, any information submitted by respondents to this Sources Sought Notice is strictly voluntary. Information and materials submitted in response to this notice WILL NOT be returned. Respondents can include additional information, such as brochures, reports, or any other specific information that would enhance the Governments evaluation of the current market conditions for a service contract of this nature. DISCLAIMER THIS SOURCES SOUGHT NOTICE (MARKET SURVEY) IS FOR INFORMATIONAL PURPOSES ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR QUOTE (RFQ)/INVITATION FOR BID (IFB)/REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFQ, IFB OR RFP IN THE FUTURE.� THIS NOTICE DOES NOT COMMIT THE GOVERNMENT TO CONTRACT FOR ANY SUPPLY OR SERVICE.� FURTHER, THE GOVERNMENT IS NOT SEEKING QUOTES, BIDS OR PROPOSALS AT THIS TIME AND WILL NOT ACCEPT UNSOLICITED PROPOSALS IN RESPONSE TO THIS NOTICE. NO AWARD WILL BE MADE AS A RESULT OF THIS NOTICE. THE GOVERNMENT RESERVES THE RIGHT TO REJECT, IN WHOLE, OR IN PART, ANY PRIVATE SECTOR INPUT THAT RESULTS FROM THIS NOTICE. THE GOVERNMENT IS NOT OBLIGATED TO NOTIFY RESPONDENTS OF THE RESULTS OF THIS NOTICE. THE U.S. GOVERNMENT WILL NOT PAY FOR ANY INFORMATION SUBMITTED OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS NOTICE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/85bec337be2b44a09fb8e4eb5e68d3c5/view)
 
Place of Performance
Address: Picatinny Arsenal, NJ, USA
Country: USA
 
Record
SN07104611-F 20240623/240621230111 (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 |
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.