Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2006 FBO #1816
SOURCES SOUGHT

D -- Market Survey for the Continuation of Existing Global Operational Support of Force XXI, Battle Command Brigade and Below/Blue Force Tracking and Emerging New Requirements

Notice Date
11/14/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-07-R-J407
 
Response Due
12/14/2006
 
Archive Date
2/12/2007
 
Small Business Set-Aside
N/A
 
Description
1. The Project Manager, Force XXI Battle Command Brigade and Below (FBCB2) and the Product Manager, Blue Force Tracking (BFT) is conducting a Market Survey to determine the service communitys ability to satisfy a wide range of existing global oper ational support services and a rapidly emerging set of new requirements aimed at making evolutionary improvements to the current capabilities. 2. The Project Manager/Product Manager awarded an Indefinite Delivery Indefinite Quantity (IDIQ) Contract (W15P7T-05-D- J222) in April 05 in a Full and Open Competitive Best Value Source Selection to Engineering Solutions and Products, Eatontown, NJ, to provide Global support services to Warfighter for a four year period through April 2009. As a result of unanticipated requirements related to the Global War On Terrorism (GWOT), it is anticipated that the PM will exceed the current contract ceiling on W1 5P7T-05-D-J222, in advance of the original contract period of performance. Based upon this situation, the PM plans to pursue a subsequent full and open competitive contract with estimated period of performance of 5 years as a continuation of existing ser vices being provided by Engineering Solutions and Products with an expansion of new services required. The results of this market survey shall be evaluated to determine the most effective method of acquiring the services. 3. Current Requirements Summary: All current requirements as defined in W15P7T-05-D-J222, are focused on satisfying the Ground Based Family of FBCB2 Platforms and BFT Capabilities as follows: a. Operation Iraqi Freedom (OIF) and Operation Enduring Freedom (OEF) based Field Service Representative (FSR) Support b. Continental United States (CONUS) Field Service Representative Support c. Other Than Continental United States (OCONUS) Field Service Representative Support d. Execution of Department of the Army (DA) G3/G8 Unit Set Fielding (USF) Priorities, Marine Corps Systems Command (MCSC) Fielding Priorities and US Central Command Air Forces (CENTAF) Fielding Priorities e. Execution of Training Services to USF priorities, f. Operation of Maintenance Turn in Points in CONUS and OIF g. M1114 BFT Installation Services in OIF and OEF h. Development of Technical Documentation to Support the family of BFT/FBCB2 Ground Capabilities i. Development of Training Documentation to Support the family of BFT/FBCB2 Ground Capabilities j. Management of the services with Performance Based Metrics k. Coalition Specific Fielding and Foreign Military Sale (FMS) of BFT Capabilities l. Execution of Services at Schools, Training Centers and Joint Readiness Training Centers m. Reset Services for units returning from deployments n. Stay Behind Equipment service for equipment designated to remain in theater to support incoming units o. Repair of FBCB2/BFT equipment (This may require support relationships with OEMs) p. Procurement of materials and hardware items required to support global operations 4. Emerging Requirements Summary: a. OIF and OEF Field Service Representative Support for ground, rotary winged and fixed winged BFT capabilities b. CONUS Field Service Representative Support for Ground, rotary winged and fixed winged BFT capabilities c. OCONUS FSR Support for Ground, Rotary Winged and fixed winged BFT capabilities d. Execution of DA G3/G8 USF Priorities for ground and rotary winged BFT capabilities e. Execution of Ground and Rotary Winged Training Services for USF priorities f. Development of Technical Documentation to Support the family of rotary and fixed winged BFT capabilities g. Development of Training Documentation to Support the family of rotary and fixed winged BFT capabilities h. Development of Life Cycle Strategies for transition to organic sustainment for rotary and fixed winged BFT capabilities i. Development of Integrated Fielding Concepts to support the introduction of FBCB2 and Future Combat Systems Spin Out Capa bilities to the Armys First Experimental Heavy Brigade Combat Team j. Development of Integrated Fielding Concepts to support TRADOC, National Guard Bureau, Office of Chief of Army Reserve, Joint Forces Command and Coalition Partners as described in Deputy Assistant Secretary of the Army for Defense Exports and Cooperation (DASA-DEC) Draft Export Policy, Annex A (October 06) k. Execution of DA G3/G8 USF Priorities for the fielding of Type 1 Encryption Devices as an evolutionary improvement to BFT capabilities for ground and air platforms that demonstrates an understanding of the management of COMSEC in an operational environme nt l. Execution of DA G3/G8 USF Priorities for the fielding of the family of next generation L-band Transceivers for ground and air platforms designed to fill the gap between current commercial and military capabilities, take advantage of the newest family o f high power L-band satellites, provide more data capacity for more accurate Situational Awareness and expand global coverage. m. Execution of DA G3/G8 USF Priorities for the fielding of the family of Joint Capabilities Release (JCR) software as a evolutionary improvement to satisfy emerging capabilities growth. n. Provide test, integration, evaluation and engineering support leading to the definition of fielding standards for the changing Electronic Warfare Threat Environment and BFT/FBCB2 capabilities 5. Survey Deliverable Requirements and Response Conditions ????????Respondents that are interested in describing a capability in reply to this market survey are required to address all of the following: ??????????? a.??? A narrative that supports the respondents ability to satisfy each current requirement and?each emerging requirement. ??????????? b.???? The narrative shall address the current or past contract performance that reinforces expertise in that business area, either by virtue of partnership agreement, purchase order, or sub-contract agreement. ??????????? c.??? All responses are required by 14 Dec 2006, and to be submitted to the CE-LCMC Acq Center POC Kevin King @ Kevin.King11@us.army.mil. ??????????? d.??? All requests for information and clarification shall be addressed in email to Judith.erichsen@us.army.mil, with a copy to Kevin.king11@us.army.mil e. Solicitation W15P7T-07-R-J407 is assigned to this action for reference purposes. f. A copy of the Statement of Work (SOW) for the current contract is posted to the IBOP https://abop.monmouth.army.mil/ under solicitation W15P7T-07-R-J407 in the market research section.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01180798-W 20061116/061114220718 (fbodaily.com)
 
Source
FedBizOpps 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.