United States - Phased Array Tracking Radar to Intercept of Target (PATRIOT) New Equipment Training (NET) CY21-26
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 30 June 2019
- Opportunity publication date
- 06 June 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 30, 2019 4:46 pm
*****ATTENTION***** ALL FORMAL COMMUNCATION RELATED TO THIS ACQUISITION MUST BE DIRECTED TO ATTN: CCAM-ALP, Eulanda Scott, Contracting Specialist via email, Eulanda.a.scott.civ@mail.mil. No telephone requests will be accepted. The United States Government (USG) intends to procure 5 years (efforts beginning in 2021 through 2026) of New Equipment Training (NET) on the PATRIOT system for the USG and its Foreign Military Sales (FMS) customers. Training required will include, operation, troubleshooting, maintenance, and repair. A Defense Security Services (DSS) facility capable of handling, storing and receiving classified information is required to perform NET. PATRIOT NET training consists of training Soldiers on all PATRIOT hardware and software upgrades (e.g., Instructor and Key Personnel Training, Staff Planners Orientation Courses (SPOC), NET Courses and Deport Training Courses, and any new modernization training).
Sample PATRIOT NET tasks for hardware and software upgrades are as follows:
1. Perform interface and integration activities with logistics agencies to identify system modification activities, equipment fielding plans and schedules for inclusion in the NET program.
2. Develop/update training material, tools, test equipment, and conduct training in support of hardware and software fielding/upgrades for the U.S. PATRIOT Weapon System locations worldwide to include both Institutional schools.
3. Prepare and provide updated Interactive Multimedia Instruction training materials for distribution. Additionally, NET support will be provided for the Reconfigurable Table Top Trainer (RT3). This will include RT3 training kits, training materials, labor, transportation, travel, or Other Direct Cost and services.
This procurement will include access to classified information and hardware and will require the contractor to be a US corporation, which has a DSS approved secure facility. Further, the Defense Contract Management Agency will be asked to conduct a pre-award survey of the contractor's facility to determine the capability to successfully fulfill the requirements of the anticipated contract to minimize risk to the PATRIOT program.
Interested parties shall be required to deliver monthly evaluations without modification through Microsoft Suite.
Interested parties shall demonstrate personnel are technically knowledgeable of the operation and maintenance of the PATRIOT weapon system and possessing proper facility and personnel security clearances.
Interested firms who believe they are capable of providing the above mentioned items are invited to indicate their interest by providing the following information to the contract specialist listed below:
1. Company name, company address, overnight delivery address (if different from mailing address, Cage Code, point of contact, e-mail address, telephone number, fax number.
2. Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc.)
3. Affirmation of cleared facility and personnel security clearances.
4. A description of the company's expertise in providing service expertise as identified above.
5. The company's experience in conducting NET on hardware and software PATRIOT upgrades or similar weapons system.
All responses shall be unclassified.
All assumptions, including any assumed Government support, shall be clearly identified.
All proprietary and restricted information shall be clearly marked.
Solicitations will only go to those companies that have responded to this RFI and been approved.
The closing date for this RFI is 30 June 2019
The Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or any subsequent exchange of information. All responses shall be transmitted electronically to Eulanda.a.scott.civ@mail.mil or Charles.d.wright52.civ@mail.mil.
POC: Eulanda A. Scott
Contracting Specialist
Army Contracting Command-Redstone Arsenal (ACC-RSA)
CCAM-ALP
Eulanda.a.scott.civ@mail.mi
Alternative POC: Charles D. Wright
Contracting Officer
Army Contracting Command-Redstone Arsenal (ACC-RSA)
CCAM-ALP
Charles.d.wright52.civ@mail.mil
This RFI is for planning purposes only and shall not be considered as an IFB, RFQ, or RFP. A technical data package (TDP) will not be released as a result of this RFI.TDPs, if available, will be provided to cleared contractor who request a copy when, and if, a solicitation is issued as a result of this posting. Additionally, there is no obligation on the part of the Government to acquire any products described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Army in developing its acquisition strategy. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI.
- Opportunity closing date
- 30 June 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army ACC - RSA (W91260) SMDC-CS United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.