The RFP Database
New business relationships start here

Combat Field Service Equipment Team (CFSET) Services


Massachusetts, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Sources Sought Notice/Request for Information (RFI) notice for the U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Solicitation No. (PdM-FSS-CFSET-RFI). ACC-APG, Natick Contracting Division (NCD) on behalf of Product Manager Force Sustainment Systems (PdM FSS), located at the Natick Soldier Systems Center is conducting Market Research in accordance with Federal Acquisition Part (FAR) Part 10, in advance of a potential solicitation under Authority of FAR Part 15, for the Combat Field Service Equipment Team (CFSET) Services. Product Manager, Force Sustainment Systems (PdM FSS) is conducting Market Research regarding industry's interest and capability to meet the CFSET service requirements.

Scope of Work:


PM-FSS CFSET mission requirements include program management support services, a Technical Assistance Team (TAT) with team members being capable of deploying worldwide in support of PM-FSS equipment and a team providing technical assistance to the Force Provider Base Camp Integration Lab (BCIL). The contractor personnel must be able to interact with senior military and civilian leadership at various locations worldwide. The potential program management requirement would allow for up to two (2) personnel consisting of a Program Manager (PM) and a Program Administrator (PA) to fully support the comprehensive CFSET mission. The potential TAT requirement would allow for up to nineteen (19) contractor personnel to fully support the mission both within the continental United States (CONUS) and outside the continental United States (OCONUS). Two Personnel with at least 6 years of experience in PM FSS Related equipment, and the proven experience in leading, managing, and training teams in a contingency/expeditionary environment, Eleven Personnel with at least 4 years' experience with PM FSS Related Equipment and capabilities and skills detailed in this Scope of Work, and Six Personnel with at least 3 years' experience with PM FSS Related Equipment and capabilities and skills detailed in this Scope of Work. OCONUS deployments are not anticipated to exceed four months followed by two months in CONUS. The potential BCIL requirement would allow up to four (4) personnel in support of the mission at the BCIL. The potential program management required would allow up to two (2) personnel in support of the CFSET mission. Historically the following personnel have been required annually to support the CFSET mission:


CFSET Program Administration:
(1) CFSET Program Manager (PM)
(1) CFSET Program Administrator (PA)


TAT Mission Requirements:
(6) Junior Technicians (JT)
(11) Senior Technicians (ST)
(2) Lead Technician (LT)


BCIL Mission Requirements:
(1) Junior Technician (JT)
(3) Senior Technicians (ST)


PM-FSS equipment includes several field service items; Force Provider (expeditionary base camps), latrines, showers, laundries, kitchens, food service equipment, airdrop related equipment (rigging, cargo and personnel parachutes), and shelters (to include large semi-mobile maintenance shelters).
The anticipated TAT support may include hands-on training to military and civilian personnel on the use of PM-FSS and related equipment. In addition contractor personnel shall conduct field equipment assessments, minor field repairs when required, assist in set up, refurbishment of equipment to 10/20 standards and repack. Contractor personnel shall act as the PM Force Sustainment System "face to the field". The contractor's personnel shall have a functional knowledge of motors, pumps, engines, generators, fluid flow, HVAC, EPA guidelines, safety practices, base camp design, packaging, preservation, inventory procedures, accountability standards, electricity, material handling equipment (forklifts, etc.) and other associated information.


BCIL Team Member requirements may include set up and operation of PM equipment, maintenance on PM Equipment, hands-on training to military and civilian personnel, site support maintenance and construction, interaction with PM Engineers and team members, testing and demonstration, and support of briefing and tours of the BCIL. BCIL Team Members will be required to demonstrate a level of expertise according to the knowledge, skills, and capabilities detailed later in this RFI.
________________________________________
TAT Contractor personnel shall have the ability to assist the Combat Field Service Equipment Team when not on OCONUS deployments with testing & evaluation of current & new equipment programs, monitor ongoing production, design of equipment, and training on equipment to units gaining equipment at various locations.


The contractor shall have qualified Program Manager and/or Administrator assisting in the management of personnel with daily requirements, managing both CONUS & OCONUS travel requirements within the Synchronized Pre-deployment and Operational Tracker (SPOT) system and must have the required certification and a Common Access Card (CAC).


Interested parties shall demonstrate their ability to meet the requirements of the above scope of work and shall describe their level of expertise including competencies, knowledge, skills and capabilities in the areas listed below:


Base Camp Design
Standard operating procedure for Military Practices
Containerized System Integration
Airdrop related topics (rigging and parachutes)
Product level drawing checking experience
Experience in preparing documentation to support engineering changes
Functional knowledge of mechanical and electrical systems
Problem solving skills
Configuration Control knowledge
Preservation and Packaging
Force Provider Base Camp
Heating and Air-conditioning (HVAC Systems)
Power Generation to include high voltage
Water Storage/Distribution Systems
Gray/Black water systems
Mobile Hygiene Facilities (Showers, Latrines, Laundries)
Motors
Pumps
Electronics
Engines
Generators
Fluid Flow
EPA Guidelines
Safety Practices
Packaging
Preservation
Inventory Procedures
Accountability Standards
Material Handling Equipment (forklifts)
Testing and evaluation of current and new equipment programs
Monitor ongoing production
Equipment Design
Equipment Training


All interested companies, regardless of size, are encouraged to respond to this RFI. Responses to this RFI should be constructed as a Microsoft Word or Adobe Acrobat document containing a product description, summary of testing, cost estimation, and any other relevant information. RFI response submissions must be received NLT the date and time specified in the posting. Responses to this notice shall be submitted as an attachment via email to Contracting Officer Mr. Sean Auld (Sean.G.Auld.civ@mail.mil) and Contract Specialist Mr. Michael Quinlan (michael.j.quinlan3.civ@mail.mil). The subject line of all emails should include the words "PMFSS FP CFSET RFI Notice".


*NOTE: This notice is published in accordance with Federal Acquisition Part (FAR) Part 10, Market Research and FAR Part 15, Exchanges with Industry before Receipt of Proposal. This notice serves as a Request for Information (RFI) in support of market research. All information received will be used for planning purposes only. This notice does not constitute an Invitation to Bid, a Request for Proposal, or a Request for Quote. The government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to it.


*NOTE: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This request is for planning purposes only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This notice is not a confirmation that the Government will contract for the items contained in the RFI, nor is any commitment on the part of the Government to award a contract implied. The Government shall not pay and/or reimburse respondents and/or associates for any costs incurred to submit the requested information. Responses to the RFI will not be returned. All information received in response to this RFI that is marked Proprietary will be handled accordingly. In accordance with FAR 15.201(c), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is issued for information, market research and/or planning purposes only and does not constitute a solicitation.


Additional Info:
Contracting Office Address:
Army Contracting Command - Aberdeen Proving Ground CCAP-SCN, ATTN: Natick Contracting Division, Building 1, General Greene Ave, Natick, MA 01760-5011


Michael Quinlan, Contract Specialist, Phone 7812336132, Email michael.j.quinlan3.civ@mail.mil - Sean G. Auld, Contracting Officer, Phone 5082336183, Email sean.g.auld.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP