Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2010 FBO #3235
SOURCES SOUGHT

R -- Operations and Sustainment of Combat Training (OSCT) and the Joint Pacific Alaska Range Complex (JPARC) Support Services

Notice Date
10/1/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-11-R-7001
 
Archive Date
10/30/2010
 
Point of Contact
Rickie Shiflet, Phone: 808 448-2952, Lara Emmons, Phone: (808) 448-2943
 
E-Mail Address
rickie.shifet@hickam.af.mil, lara.emmons@hickam.af.mil
(rickie.shifet@hickam.af.mil, lara.emmons@hickam.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Operations and Sustainment of Combat Training (OSCT) and the Joint Pacific Alaska Range Complex (JPARC) Support Services at Eielson AFB and Elmendorf AFB, Alaska. 1.0 SUBJECT. Request for Information and sources sought inquiry for Operations and Sustainment support providers and information regarding the commerciality of OSCT-JPARC support services. Responses are due for this RFI by 4:00 pm HST on 15 October 2010. Responders are solely responsible for all expenses associated with responding to this RFI. 2.0 DESCRIPTION. The Government is seeking information from industry that will assist in a strategic planning initiative associated with OSCT-JPARC Support Services at Eielson AFB and Elmendorf AFB, AK and deployed locations as required. Specifically this RFI seeks the following information: Identification of sources and interested parties; commerciality and general questionnaire associated with combat training and range operations and sustainment support services. 3.0 REQUIREMENTS. Operations and Sustainment (O&S) of Government Furnished Property/ Equipment (GFP/GFE), materials, facilities and infrastructures in support of the JPARC. Provide specified support to daily operations and Large Force Employment (LFE) on the JPARC and deployed locations. Comply with all applicable laws, regulations, technical data, and standards while providing O&S. Responsible for operations and sustainment support, including all management and labor, equipment, tools, and supplies not otherwise specified as GFE, in support of JPARC activities. Provide personnel to support Integrated Air Defense System (IADS) operations of the PACAF Joint Deployable Electronic Warfare Range (JDEWR) and deployable ACTS at the deployed location and simultaneous threat simulator sustainment support. Schedule and coordinate with various other contractors, Government and/or external agencies in support of JPARC missions. Perform operations providing: credible threat engagement simulation and analysis; all time-space-positional-information through full spectrum Air Combat Training System (ACTS) and Command and Control (C2) capabilities; detailed air-to-air and air-to-ground weapons scoring; real-time and after-action analysis through threat video and mission recording management; briefing/debriefing audio-visual support; Live-Virtual-Constructive (L-V-C) system incorporations and executions; secure operating environment through full encryption; detailed Communications Security (COMSEC) processes; information technology processes, and safe control of air and ground spaces via range control and Special Use Airspace Information Service (SUAIS) processes. Operations Support. All aspects of support to include planning, scheduling, performance analysis, and feedback to facilitate the JPARC's mission of supporting combat force training. Perform all tasks to maximize training support while ensuring long-term sustainability and enhancement of JPARC systems. Provide all operations support services for all equipment and systems. Several key functional areas/ processes which are required to support the JPARC's mission include but are not limited to: Operations planning and scheduling; Mission preparation; Range and airspace operations; C2/Air Surveillance; Air Combat Training Systems; Electronic Attack; Joint Deployable Electronic Warfare Range (JDEWR); Advanced Capability Pods (ACaP); Decoy and Heated Targets; Battlefield Communications Simulations; Weapons Scoring; Aircrew Brief/Debrief and Video Teleconference (VTC); Operations and mission analysis/reporting; Live-Virtual-Constructive (L-V-C); Communications/Information Technology Systems management; DoD Information Assurance Certification and Accreditation Process (DIACAP) compliance; and Visiting/Deployed System Support. Provide operations support to the JPARC's Former Soviet Union (FSU) Surveillance and Acquisition/Ground Controlled Intercept (SA/GCI) systems and all Replica/FSU Target Tracking Radar/Target Engagement Radar/Transporter-Erector-Launcher (TTR/TER/TEL) systems. Operations support is divided between the exercise season (1 April - 31 October ) and non-exercise season (1 November - 31 March) with training requirements and operations tempo considerably less during the non-exercise season. Requirements not used or less significant during the non-exercise season are: Misawa-Osan-Kunsan-Kadena Instrumentation Training System (MOKKITS)/P5 Pod Support; Heated Targets; Visual Cues/Manpads (i.e. Malina Infrared (IR) Stimulator, Smokey Surface-to-Air Missile (SAMS)/Anti-Aircraft Artillery (AAA)); Communications Jamming (CJ) and Imitative Communication Deception (ICD); Battlefield Communications Simulation System (BCSS); and Weapons Scoring (i.e. Weapons Impact Scoring System (WISS), Improved Remote Strafe Scoring System (IRSS), and Large Scale Target Sensor System (LSTSS)). Sustainment Support. All aspects of support to provide and maintain fully functional equipment and systems for maximum training and mission effectiveness. Provide complete logistical, supply, and sustainment of JPARC infrastructures to include facilities identified for support. Provide complete sustainment and maintenance support for specified JPARC systems, subsystems, and equipment, including hardware, firmware, and software. Work collaboratively with other contractors and the Government toward the common goal of a fully operational range and its equipment to also include support for maintaining a current DIACAP IATO or ATO. Provide sustainment support services for all equipment and systems. Several key areas, processes, and/or systems which require support include but are not limited to: Supply and Material Control; Refueling; Structures, Shelters, and Towers; Power Generation Systems/Aircraft Ground Equipment (AGE); Electrical Systems; Electronic Equipment (e.g. ACTS, Radars, Threat Simulators, ACaP, BCSS, JAWWS, GATR, VTCs, etc.); PARC Data Link (PDL); Information Technology Systems; Automated Weather Observation Reporting Systems; Road Maintenance/Vegetation Control; Environmental Management; Environmental, Safety, and Occupational Health, Compliance Assessment and Management Program (ESOHCAMP); Deployable Systems (e.g. ACTS, JDEWR, BCSS); and Engineering Technical Support (ETS). Provide access roads maintenance to include Taylor Mountain road. Provide both ground and air transportation support of personnel, systems, equipment, and materials for all sites and locations. Engineering Technical Support. Support of JPARC Operations and Sustainment (O&S) activities, including Configuration Management, Frequency Management, and assistance during JPARC enhancements efforts. Provide timely, accurate, and complete project status via technical reports. Coordinate and assist external agencies and companies during O&S and/or enhancement processes. Provide all engineering and technical services required to support JPARC O&S activities for JPARC systems, equipment, and infrastructure to include systems, equipment and infrastructure not provided by Government Depot/External Agency. Support, via engineering and technician personnel, JPARC improvement and/or enhancement projects, to include installation and integration support of the new capabilities/improvements with the JPARC baseline systems. Provide analysis for subsequent operations and sustainment of new equipment and/or systems capabilities. The analysis shall contain future support requirement, including cost of additional equipment, tools, and personnel. Program Management Support. Manage all aspects of contract performance and provide stewardship of Government resources. Provide a responsive and proactive organization that is trained to perform at a proficient skill level. Comply with federal, state, and local environmental laws and regulations. Contractor personnel must have experience with joint combat and combat training methodologies and terminologies. Moreover, Contractor personnel must have experience with Joint and Air Force operational missions, tasks and training objectives common to a Major Flying Exercise (MFE) such as RED FLAG-Alaska and/or a Joint Large Force Employment (i.e. NORTHERN EDGE). Experience and expertise is required in air-to-air, air-to-ground, close air support, and force-on-force ground maneuver tactics. Contractor personnel must be able to integrate efforts with visiting data analysts serving as augmentees during exercise planning, execution, and post exercise periods. Facility clearance at the classification level of TOP SECRET and personnel security clearance of SECRET to TOP SECRET/SCI as a minimum are required. 4.0 DISCLAIMER. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 5.0 CONTACT INFORMATION. The Point of Contact (POC) for this RFI is Mrs. Rickie Shiflet (808) 448-2952, rickie.shiflet@hickam.af.mil. Please submit responses via e-mail in Microsoft Office format by 4:00 PM on 15 October 2010 to the POC. You may also submit supplemental hard copy materials such as brochures, etc. to the POC. Commerciality Questionnaire: 1. What specific training for service, joint, and coalition combat aircrews, aviation ground crews, surface maneuver units, and command staffs do you provide? 2. What specific range operations and sustainment support services do you provide? 3. What is your customer base? Who are your non-Government customers? 4. What level of education/certification/security clearance do you require? 5. How do you measure proficiency? 6. Do you maintain a quality control plan? Provide examples. 7. What contract types are commonly found in the private sector for this type of service? 8. What type of evaluation criteria is used to select a contractor? 9. What type of foreign weapons systems have you supported? General Questionnaire: 1. Name and Address of Firm and Points of Contact (position title, telephone number and email address(es)). 2. What is your primary line of business? 3. Identify all categories under which your company qualifies. (a) Large (b) Small (c) Small Disadvantaged Business (d) Woman-Owned Small Business (e) 8(a) Small Business (f) Veteran-Owned Small Business (g) Service Disabled Veteran Owned Small Business 4. Given the great complexity of the mission described and the broad expertise required in addition to particular expertise in range operations, indicate whether you have the capability and if not, any planned teaming arrangement to meet the requirements. 5. Are you capable of performing only a portion of the requirement? If so, identify what portion. 6. Has your company provided or performed range operations and sustainment support and engineering technical services for military installations? If so, provide customer point of contact, locations, scope of effort, dollar value, and dates for efforts performed within the past five years. 7. Does your company have the capability to manage range operations and sustainment support and engineering technical services in a cost effective, timely, and contract conforming manner? Please provide specific examples based on previous projects. 8. Does your company have the qualified, experienced personnel to provide operations and sustainment support services as well as engineering technical support relative to military range facilities? (a) Provide the number of qualified key personnel (planners, analysts, engineers, etc.), minimum and maximum years of experience and the average years of experience. (b) If you do not currently have the capability, explain how your company intends to recruit and retain qualified personnel to meet the required training certification and qualifications. 9. Does your firm have experience in supporting foreign weapons systems, threat simulators, and Air Combat Maneuvering Instrumentation (ACMI)? If so, provide the experience level of the operators. 10. Does your company have experience in providing support under varying operation tempo, such as ramped up manning and decreased manning for different times of the year? If so, provide examples. 11. Does your company have experience in managing services at a magnitude over $50M, at multiple locations, with multiple customers? If so, identify whether it was as a prime or subcontractor. 12. Does your company have experience and capability to provide road repair and maintenance? If so, provide examples. 13. Does your company have experience in ground and air transportation support of personnel, equipment, and materials? 14. Does your firm have the ability to work anywhere in CONUS or OCONUS? 15. Are there any limitations on where you can work? If so, indicate the limitation(s). 16. Does your company have experience in having performed services of any kind in an environment where there are adverse or extreme weather conditions (tropical, arctic)? 17. Does your company have a Facilities Clearance? If so, identify the clearance level. 18. Has your company personnel received a TOP SECRET clearance on previous contracts? FAR Clause 52.219-14, Limitations on Subcontracting, shall apply. Offeror agrees that in the performance of the contract at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/FA5215-11-R-7001/listing.html)
 
Place of Performance
Address: Eielson AFB and Elmendorf AFB, Alaska and deployed locations throughout PACAF AOR., United States
 
Record
SN02304140-W 20101003/101001233946-ef9ad4e75375767fa1555cb6f813c496 (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.