SOURCES SOUGHT
17 -- System Surveillance Support and Sustainment (S4)
- Notice Date
- 1/6/2009
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Space and Missile Defense Command, Deputy Commander, 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
- W9113M-09-R-0003
- Response Due
- 1/23/2009
- Archive Date
- 3/24/2009
- Point of Contact
- Jerrie.Reed, 256-955-3441<br />
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (RFI) ONLY FOR PLANNING PURPOSES. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. The Government is in need of information on potential sources for a contractor to provide services for the S4 requirement. The purpose of this RFI is to gain knowledge of interest, capabilities, and qualifications of vendors who can successfully support this requirement as a prime contractor. The type of solicitation that will be issued will depend upon the responses to this sources sought notice and other information available to the Government. The resultant acquisition approach must ensure there is adequate competition among the potential pool of responsive contractors. Responses will only be accepted from those firms that are interested in being a prime contractor. Responses must clearly demonstrate the qualifications, capability and expertise of the prime contractor. Responses to this notice will be used as part of the information gathered as market research that will be used to develop the acquisition strategy to satisfy this requirement. The Government has not formalized an acquisition strategy, there is no solicitation and there is no other information available at this time. Other than responses to this RFI, no other responses or inquiries will be accepted. Questions regarding the scope work of work or acquisition strategy will not be accepted at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The objective of this requirement is to provide comprehensive mission support and sustainment of all fielded S4 configurations. S4 Configurations: a.Configuration I: Consists of a 107 tower, Commercial Sensor as Government Furnished Equipment (GFE); an A1 box (a Command and Control system consisting of a Ground Control Station that provides user controls, EO/IR sensor viewing, and recording capabilities); an A2 box (a Power Case providing 240/120 power to tower components); an A3 box (provides the electronics interface between the A1 box and the sensor) and two Tactical Quiet Generators (TQGs) (GFE) b.Configuration II: Consists of a 107 tower, GFE sensor, A1, A2, A3 boxes, two TQGs (GFE) and Remote Ground Station. c.Configuration III: Consists of four elevated surveillance systems with supporting ground equipment. The elevated sensor systems used are tower systems with the addition of (GFE). The GFE includes portable ground surveillance radar, day/night surveillance camera and a digital radio on each tower. d.Configuration IV: Consists of a 107 tower, a GFE radar, GFE sensor, and a Command/Control (C2) Shelter. e.Configuration V: Consists of one elevated surveillance system and a Command/Control (C2) Shelter with a mast attached. The elevated sensor system is a 107 foot tower with the addition of Government Furnished Equipment (GFE). The C2 shelter is mounted onto a trailer and contains an Environmental Control Unit and a Power Generator (GFE). The GFE includes portable ground surveillance radar, GFE sensor and a digital radio mounted to each tower system. f.Configuration VI: Aerostat including two type sensors (GFE) A Helium filled 17M non-rigid, single hull, with a three fin, inverted Y empennage. The aerostat is an unmanned and is tethered to a ground based mooring station. The aerostat hull consists of a helium chamber, an air chamber known as the Ballonet. The helium chamber makes up most of the aerostat hull. When deployed, the aerostat mounts the EO/IR Sensor System (GFE), and associated equipment below the aerostat hull. g.Configuration VII: Consists of multiple GFE sensors integrated into an integrated common operating picture, which includes control at the base of the tower and two TQG (GFE) using 80 and/or 107 towers and employs a remote ground system. h.Configuration VIII: System consists of a transportable, 107 or an 80 quick-erect tower and uses the following Government Furnished Equipment: EO/IR sensor, a Standard Ground Station and two TQGs. The Contractor will be the Government's primary interface for implementing and managing all configurations and Sustainment Program requirements, except for the Government Furnished Equipment (GFE) components. This includes a single Contractor focal point for Sustainment Program Management, Engineering, and Sustainment and Operations Support for a Performance Based Logistics (PBL) approach to sustaining system availability, training, cost and depot partnering. The Contractor shall perform all engineering, programmatic, and mission sustainment and system support activities and analyses to include planning, coordinating, controlling, scheduling, monitoring, managing, and reporting to the Government to ensure the timely repair and replacement of failed items. The Contractor shall manage and execute the design interface processes to ensure interoperability in theater of all S4 configurations. Contractor shall ensure a smooth, seamless interface between the sustainment and support entities and other engineering or programmatic disciplines. Therefore, the Contractor shall develop and manage an internal Integrated Master Schedule (IMS), Material Fielding Plan (MFP), and Supportability Strategy for the S4 configurations that are/will be fielded. Subject documentation shall be made available to the Government at the request of engineering, configuration management, logistics, or other POCs assigned by the S4 Technical Monitor. The Contractor shall ensure configuration control processes and quality assurance monitoring efforts are in place to support the S4 configurations. Management of the in-theater Field Service Representatives (FSRs) for the S4 configurations is not part of this PWS. The Contractor shall provide Engineering Support Contact Teams for any future surge contingencies utilizing S4 configurations. The contractor shall provide a systems engineering function to support the design, production, operations and deployment of the system. Systems engineering effort shall be on-going through all stages of the program, including the allocation of the system performance specification, design, development, fabrication, qualification and acceptance testing, anomaly resolution and support to system operations. Systems engineering effort shall include analysis of technical requirements and allocation of derived requirements, definition and maintenance of all interfaces, overview of system design and verification of all defined and derived requirements, systems analysis and trade studies as required, risk management support, and tradeoff analyses where appropriate. The contractor shall identify and supply the required quantities of spare parts inventories to ensure minimal down time (Non Mission Capable status) resulting from repair activities. The contractor shall maintain an enhanced Total Asset Visibility Web-Site which provides accurate accountability and current status for location of deployed configurations assets, quantities fielded in-theater, quantities in-repair, or quantities in-transit. The contractor shall prepare and submit Training Materials to include develop, maintain, and conduct Operator (OP) and Trainer Maintenance Training Courses. The contractor shall develop, maintain, and update configuration management procedures and processes for control of all hardware and software baselines. The contractor shall possess at least a Secret Security clearance (Prime and subcontractors), or ability to obtain one prior to contract award. The contemplated contract type is: Single award, Cost-Plus-Fixed-Fee Level of Effort The anticipated period of performance is: Base one year, with four one-year option periods. Award date TBD.. The contemplated NAICS Code is: 811219, with average annual receipts of $7.0M. If you believe your firm qualifies as a prime contractor and has existing qualified personnel, relevant past performance experience, and the technical capability to perform the type of work specified in the draft scope of work, please submit a the following information: 1.Company name and mailing address. 2.Proposed role in the acquisition. 3.Point of contact (name, telephone number, and e-mail address) 4.Socio-economic status under the above stated NAICS (e.g., other than small business, small business, small disadvantaged business, woman-owned small business, veteran-owned small business, service disabled-veteran owned small business, etc.). 5.Current number of employees. 6.Average annual revenue for the past 3 calendar years. 7.Discuss the type and number of facilities that are currently available and would be proposed to be used to satisfy the scope of work (describe the type of facilities, capacity, facilities clearance level, etc). 8.Discuss your ability to perform each major portion of the draft scope of work, as summarized above, to include past performance in each of the major portion of the requirement. If none, so state. Note, past experience shall be demonstrated for each major section that the prime contractor indicates the ability to perform under (in whole or in part). 9.Discuss the percentage of work that the prime contractor is capable of performing in each major section of the draft scope of work. 10.Discuss your firms capacity, as prime contractor, to execute multiple task orders simultaneously. 11.If a small business, discuss your firms ability to perform 50% of the requirements (categorically), based upon the draft scope of work above. 12.Discuss the number, complexity, nature and magnitude of contracts and/or task orders (dollar value, duration, etc) that you as the prime contractor have the demonstrated capability to perform that are similar to this effort. 13.Discuss your past experience as a prime contractor for contracted efforts similar in scope and capacity. 14.Provide a brief summary of your companys experience and past performance within the past 3 years as it relates to the magnitude and scope of this requirement. Each experience provided (Government or commercial) should include (a) name of project (b) brief description of project (c) contract or project number (d) contract type (e) client/customer point of contact (name, address, phone number, e-mail address) (f) dollar value of the contract/project (g) period of performance of the contract/project (h) relevance of contract/project to requirements in the draft PWS, and (i) your role in the procurement (i.e., prime contractor, first tier subcontractor, etc). 15.Financial capacity. Discuss your firms financial capacity to prime this effort. Discuss your financial ability to support an effort of this size and scope, considering that payments may be as much as 90-120 calendar days in arrears of actual performance on multiple task orders. Responses can be submitted in your own format and shall be 20 pages or less. Again, this announcement is being used solely to gather market research information. The Space and Missile Defense Command, Contracting and Acquisition Management Office (CAMO) is the responsible contracting office supporting this requirement. The CAMO POC is Jerrie Reed. All communications regarding this RFI shall be provided to Jerrie.Reed@smdc.us.army.mil. Respondees should not expect a response to their submission or questions posed at this time. Further information regarding this requirement will be posted to the CAMO website, once available. CAMO has established the following business opportunities webpage where information regarding this acquisition will be published, when available: http://www.smdc.army.mil/2008/BusinessOpportunities.asp
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7c220089ac37dbf45592d86875452ef3&tab=core&_cview=1)
- Place of Performance
- Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL<br />
- Zip Code: 35807-3801<br />
- Zip Code: 35807-3801<br />
- Record
- SN01727439-W 20090108/090106220347-7c220089ac37dbf45592d86875452ef3 (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 |