Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2003 FBO #0602
SOURCES SOUGHT

R -- Request for Information (RFI) and Sources Sought for Chemical and Biological Defense Installation Protection Prime Systems Integrator.

Notice Date
7/22/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
DASG60-03-0007
 
Response Due
8/5/2003
 
Archive Date
10/4/2003
 
Point of Contact
Michele Williams, 256-955-3388
 
E-Mail Address
Email your questions to US Army Space and Missile Defense Command, Deputy Commander
(michele.williams@smdc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA REQUEST FOR INFORMATION AND SOURCES SOUGHT: The Joint Program Manager, Guardian (JPMG) has an assigned mission to: 1) Provide an effective Chemical, Biological, Radiological and Nuclear (CBRN) protection, detection, identification and warning system for installation protection; 2) Ensure integration of CBRN networks with existing Command, Control, Communications and In telligence (C3I) capabilities to provide effective information management; 3) Provide a capability that will allow for rapid restoration of critical installation operations; 4) Protect DoD civilians, contractors and other persons working or living on U.S. military installations and facilities. JPMG is soliciting White Papers that address installation and integration of Chemical and Biological Defense (CBD) detection, identification, protection and response capabilities at U.S. Armed Forces fixed bases in the Continental United States (CONUS) and selected overseas locations. Installation of CB Defense systems is currently planned for 200 bases and facilities from FY 04 through FY 09, with 15 CONUS facilities planned for FY 04. INFORMATION SOUGHT: This RFI is soliciting white papers describing a contractor's approach and recommendations for execution of this effort. White papers should briefly address recommendations and capabilities in the following areas: 1) Prime Systems Integrator Management with total systems performance responsibility, incl uding past experience, management of subcontractors, and coordination with government personnel and IPTs; 2) Procurement of commercial CB defense equipment; 3) a verification method that ensures that Commercial-Off-the-Shelf (COTS) CB defense equipment mee ts specifications and items proposed are state-of-the-art each year; 4) Procurement of C3I equipment that integrates Government-furnished and COTS equipment into a systems solution that is also integrated with existing force protection/physical security me asures at diverse CONUS and OCONUS installations; 5) Installation and fielding of complete, turn-key systems at each base, to include site surveys, site preparation, and coordination with host base facility and installation protection personnel; 6) Testing of installed equipment and systems to include Quality Assurance, acceptance testing, and post-installation full-system exercise for performance validation; 7) New equipment training; 8) Integrated logistics support (ILS), including initial spares and one year of sustainment; 9) Modeling, simulation and analytical tools, including assessment and design tools, available to support the effort. In addition, the government is interested in gathering industry input and ideas for long-term support and sustainment of installed systems including requirements for recurring training and certification of equipment and personnel. Recommendations are sought regarding the type of contract and possible incentive fee structures focused on reducing sustainment costs and exp editing fielding schedules at each base. RESPONSE REQUIREMENTS: Interested parties, are encouraged to a submit white paper, not to exceed ten 8 1/2 x 11 pages, font size not smaller than Times New Roman 10, describing their capabilities and recommendation s. No pictures, charts or graphs shall be included. Responses should be submitted electronically in Microsoft Word format and are required no later than two weeks after publication of this announcement. Early submissions are encouraged. The submission of this information is for planning purposes and is not to be construed as a commitment by the government to procure any items, nor does the U.S. Army Space and Missile Defense Command (SMDC) intend to award on the basis of this request for information or oth erwise pay for the information solicited. Offerors should indicate their intent to be a prime contractor. TECHNICAL POC: Jerry Aveta; Joint Program Office, Guardian; 5109 Leesburg Pike Suite 401B; Falls Church, VA 22041; Phone: (703) 681-9605; DSN: 761-9 605; Fax: (703) 681-0661; Email: jerry.aveta@jpeocbd.osd.mil. CONTRACTS POC: Michele Williams, U.S. Army Space and Missile Defense Command; ATTN: SMDC-CM-CS; P.O. Box 1500; Huntsville, AL 35807-3801; Email: michele.williams@smdc.army.mil. Submit whit e papers electronically to the technical POC, Jerry Aveta, with a copy furnished to the Contract Specialist, Michele Williams.
 
Place of Performance
Address: Joint Program Office, Guardian 5109 Leesburg Pike, Skyline #6, Suite 401B Falls Church VA
Zip Code: 22041-3203
Country: US
 
Record
SN00377711-W 20030724/030722213833 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.